Similar Projects
Last Updated | 07/07/2023 08:41 AM |
Project Title | Repair and Widen Primary Taxiway Phase 1 |
Physical Address | View project details and contacts |
City, State (County) | Hopkins, SC 29061 (Richland County) |
Category(s) | Heavy and Highway |
Sub-Category(s) | Paving/Reconstruction, Runways/Taxiways, Site Development |
Contracting Method | Competitive Bids |
Project Status | Contract Award, Request for Qualifications, Construction start expected June 2023 |
Bids Due | View project details and contacts |
Estimated Value | $9,722,200 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | Repair and Widen Taxiway Phase 1 (PSTE 162011) Classification Code: Z1BD-- Maintenance of Airport Runways and Taxiways Set Aside: Small Business NAICS Code: 237310- Highway, Street, and Bridge Construction Size Standard: $45,000,000.00 Place of performance is McEntire JNGB Eastover, South Carolina. The USPFO for South Carolina is issuing an Invitation for Bid to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary to repair the existing primary taxiways. The ultimate goal of this project is to replace existing taxiway surfaces and widen to UFC standards with new concrete pavements. This will be completed to standards in accordance with all applicable DoD, Air Force, and installation construction standards and criteria. The work is located at McEntire Joint National Guard Base (ANG) near Eastover in Richland County, South Carolina. The base award CLINS are anticipated to be as follows: CLIN 0001 Base Bid: REPAIR AND WIDEN PRIMARY TAXIWAY -PHASE 1 CLIN 0002: (Option 1) All work to construct fillet on Taxiway G in accordance with the drawings and specifications. The contract duration is 365 days after the notice to proceed is issued. This project is set aside 100% for Small Business. The North American Industry Classification (NAICS) Code is 237310, with a size standard of $45,000,000.00. The magnitude of the project is between $10,000,000.00 and $25,000,000.00. Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states "By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded". Prospective bidders are highly encouraged to attend a pre-bid conference and site visit: See Clause 52.236-27 for time and date. The date for the pre-bid conference is 17 March 2023, 10:00AM local time, at McEntire Joint National Guard Base 169th FW, CE Conference Room, 1325 South Carolina Road, Building 1071,Eastover, SC 29044. Interested contractors shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by 13 March 2023 via email to badri.francis.1@us.af.mil and kevin.j.esber.mil@army.mil. Submit Proposals no later than: See Box 13 and any amendments for Proposal Due Date. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to a web pages. The Government will not issue paper copies. OFFERORS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY IN THIS PROCESS *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. Project no. W9133L-16-D-007 |
||||||
Details |
|
||||||
Bidder's List | View project details and contacts | ||||||
Prospective Bidders | View project details and contacts | ||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |