The RFP Database
New business relationships start here

Sustain/Repair Sanitary Sewer


Colorado, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This announcement serves as a sources sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming construction acquisition at the United States Air Force Academy. This sources sought is issued solely for information and planning purposes and does NOT constitute a solicitation. For the purpose of this acquisition, the anticipated North American Industry Classification System Code (NAICS) is 237110 Water and Sewer Line and Related Structures Construction and the size standard in millions of dollars is $36.5. The magnitude of construction is between $1,000,000 and $5,000,000.

The purpose of this notice is to identify companies capable and qualified to provide a complete finished functional project to include all labor, materials, transportation, equipment and supervision meeting U.S. Air Force Academy (USAFA) specifications for the following construction project:


Sustain/Repair Sanitary Sewer - Cadet Area: This project repairs or replaces approximately 11,500 LF of existing sewer lines in the Cadet Area, USAF Academy, CO 80840. The work area is primarily in the athletic portion of the Cadet Area (Cadet Gym, Athletic Fields, etc.) and north of the Cadet Area. Many existing manholes will be repaired and relined and some new manholes will be constructed. Areas of severely damaged pipe will be replaced. The existing pipe is a mix of Vitrified Clay (VC), Cast Iron, and some slip lined pipe. The existing sewer pipes range in size from 6 to 12 inches in diameter, including some 10" lines. Scope also includes associated new, demo and repairs to existing landscaping and flatwork.


All work shall be accomplished in accordance with requirements contained in the Drawings and Specifications to be issued in a possible future solicitation. All businesses capable of performing this project are invited to respond. Interested small business vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable. A firm fixed price construction contract is anticipated to be awarded to one vendor.


All potential offerors are reminded, in accordance with FAR 52.204-7, System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award. Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.sam.gov/portal. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. Proprietary information should be marked "PROPRIETARY INFORMATION". Responses should be limited to ten (10) pages.


Interested businesses shall provide the following information:

1. Company name, mailing address, point of contact, telephone number, email address, company cage code and DUNS number.


2. Business size status, e.g., 8(a), HUBZone, Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc.


3. Statement of capability to be bonded (both performance and payment bonds). The statement should indicate your company's single and aggregate bonding capability.


4. Contractor's capability to perform a contract of this magnitude and complexity. Provide a list of no more than 5 projects of a similar size and scope of the proposed project, either Government or commercial, performed within the last three years with a brief description of the project (contract number, project title, dollar amount, period of performance, customer satisfaction.) Include your customer's name, address, telephone number, email address and points of contact with their phone numbers. Indicate if you were the prime or subcontractor. If you were a subcontractor, provide the name and point of contact for the prime contractor. Include percentage of self-performed work, how the work was accomplished, and the performance rating for the work.


5. Any other appropriate written information and/or data supporting your capability to complete a project of this type.

If your firm is capable and qualified send the required response in writing to the primary point of contact (POC) indicated within this announcement. Responses are due no later than 8 May 2017, 1:00 p.m. Mountain time by e-mail. Questions and responses should be addressed to the primary contact, Londres Medranda, Contract Specialist, 719-333-3948 or londres.medranda@us.af.mil, or the alternate point of contact, Aaron Vollbracht, Contracting Officer, 719-333-4761 or aaron.vollbracht@us.af.mil.


Pursuant to Air Force Federal Acquisition Regulation Supplement (AFFARS) 5301.9102(c), Mr. James Anderson has been appointed as the USAF Academy Ombudsmen. The USAF Ombudsman contact information is as follows:
8110 Industrial Drive, Ste 103
USAFA, CO 80840
Telephone Number: 719-333-2074
FAX: 719-333-9018
Email: james.anderson.72@us.af.mil.


 


Londres Medranda, Contract Specialist, Phone 719-333-3948, Fax 719-333-6608, Email londres.medranda@us.af.mil - Aaron Vollbracht, Contracting Officer, Phone 7193334761, Email aaron.vollbracht@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP