Texas Bids > Bid Detail

Yoakum-Defrenn Heliport Taxiways

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159030313507528
Posted Date: Apr 11, 2024
Due Date: Apr 30, 2024
Solicitation No: W9126G24R0136
Source: https://sam.gov/opp/494a7dd190...
Follow
Yoakum-Defrenn Heliport Taxiways
Active
Contract Opportunity
Notice ID
W9126G24R0136
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
W076 ENDIST FT WORTH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 11, 2024 12:44 pm CDT
  • Original Response Date: Apr 30, 2024 12:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2BD - REPAIR OR ALTERATION OF AIRPORT RUNWAYS AND TAXIWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Fort Cavazos , TX
    USA
Description

DISCLAIMER



This sources sought is for informational purposes only. This is not a "Request for Proposal (RFP)" to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future Request for Quote (RFQ) or Invitation for Bid (IFB) or RFP, if any issued. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.





INTRODUCTION



The U.S. Army Corps of Engineers, Fort Worth District is issuing this sources sought synopsis as a means of conducting market research to improve small business access to acquisition information by identifying contracting and subcontracting opportunities.



Based on the responses to this Sources Sought notice, the Government will assess small business capabilities to satisfy the agency’s requirements and make a determination if this procurement should be set-aside for small business. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





PLACE OF PERFORMANCE



Fort Cavazos, Texas; Bell County





PROGRAM BACKGROUND



The U.S. Army Corps of Engineers – Fort Worth District has been tasked to solicit for and award a Design-Bid-Build Construction contract to construct improvements to the installation taxiways (Yoakum-Defrenn) located on Fort Cavazos. The proposed project will be a competitive, firm-fixed price, procurement. The acquisition strategy decision will be based on the respondents’ capabilities from this sources sought and/or other market research methods. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition of responsible firms. Small business, 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to respond to this sources sought. Be advised that the U.S. Government will not be able to set aside this requirement if two or more small businesses do not respond with information to support the set-aside.





SCOPE OF WORK



Construct the repair of taxiway pavements based on identified deficient sections of the taxiways at Yoakum-Defrenn Army Heliport. This project includes but is not limited to the following: construct and repair Taxiway A, B, C, E, F and G. The taxiway repair includes work to repair/seal cracks, striping, and schedule electrical work to be done by the privatized utility provider (PUP). Options for the contract include ramps and apron repair.



Base Bid



Base Bid for the project will be all work to complete the repair of Taxiway A, B, C, E, F, G, as indicated in the drawings (drawings will be issued during solicitation). All work to complete sealing cracks with width ¼ inch to ¾ inch in existing asphalt pavement and all work to complete sealing cracks with width ¾ inch to 2 inches in existing asphalt pavement.



Option 1: Apron Repair



All work to complete the South Ramp CAZ #1 Apron Repair as indicated in Volume 3 of the drawings.



Option 2: Apron Repair



All work to complete the Center Ramp CAZ #2 Apron Repair as indicated in Volume 3 of the drawings.



Option 3: Apron Repair



All work to complete the South Ramp CAZ #3 Apron Repair as indicated in Volume 3 of the drawings.



Option 4: Apron Repair



All work to complete the South Ramp CAZ #4 Apron Repair as indicated in Volume 3 of the drawings.



Option 5: Apron Repair



All work to complete the South Ramp CAZ #4 and CAZ #5 Apron Repair as indicated in Volume 3 of the drawings.



Option 6: Apron Repair



All work to complete the South Ramp CAZ #6 Apron Repair as indicated in Volume 3 of the drawings.



Option 7: Apron Repair



All work to complete the South Ramp CAZ #7 Apron Repair as indicated in Volume 3 of the drawings.



Option 8: Apron Repair



All work to complete the South Ramp CAZ #8 Apron Repair as indicated in Volume 3 of the drawings.



Option 9: Apron Repair



All work to complete the South Ramp CAZ #9 Apron Repair as indicated in Volume 3 of the drawings.





ELIGIBILITY



Responses to this synopsis must address at a minimum the following items:





1. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, Government or commercial), that will facilitate making a capability determination. Include how your company has successfully managed taxiway construction and repair projects of this magnitude and provide specific project details which indicate how the projects are similar in size, scope, and complexity. Also include specific technical skills your company possesses which will ensure capability to perform the project scope.





2. Can or has your company managed a team of subcontractors on prior projects? Can your company manage multiple subcontractors at one given time? If so, provide details.





3. Can your company manage a safety program during the duration of the project? If so, provide details.





4. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures, or teaming arrangement that will be pursued, if any.





5. Identify how the Government can best structure these contract requirements to facilitate competition by and among small business concerns. Provide any additional information your company believes may assist the Government in deciding on whether to set this project aside for small business.





6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact Contracting Officer, Mr. Matthew Dickson, at matthew.s.dickson@usace.army.mil or 817-886-1110, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the Point of Contact information from the sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





Respondents to this notice must also provide a current capability statement and indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.





In accordance with DFARS Part 236, the magnitude of construction is between $25,000,000.00 and $100,000,000.00.





Offers submitted in response to the solicitation must comply with Executive Order 14063 which mandates the use of Project Labor Agreements (PLA) on large scale construction projects.





The North American Industry Classification System code for this procurement is 237310 Highway Street and Bridge Construction which has a small business size standard of $45.0 Million.





The Product Service Code is Z2BD.





The type of solicitation to be issued will be a Design-Bid-Build RFP. Anticipated solicitation issuance date is on or about July 2024, and the estimated proposal due date will be on or about August 2024.





Small Businesses are required to comply with FAR 52.219-14, Limitations on Subcontracting when utilizing subcontractors. Firm will not pay more than 85% of the amount paid by the Government to the prime’s subcontractors that are not similarly situated.





Prior Government contract work is not required for submitting a response to this synopsis. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations.





Responses to this Synopsis shall be limited to 5 pages and shall include the contractor’s capability statement.





Interested Firms shall respond to this Synopsis no later than 30 April 2024. Email your response to Mrs. Christine Noriega at christine.noriega@usace.army.mil. Email is the preferred method when receiving responses to this synopsis.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 819 TAYLOR ST BOX 17300
  • FORT WORTH , TX 76102-6124
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 11, 2024 12:44 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >