The Air Force Installation Contracting Center (AFICC)/772nd Enterprise Sourcing Squadron (ESS) and Air Force Civil Engineer Center (AFCEC), are seeking qualifications of SMALL BUSINESSES to determine if there are a reasonable number of capable small business concerns to set this project aside for Small Businesses or other socio-economic category. If your firm is a Small Business, certified HUBZone, 8(a), Woman-Owned Small Business (WOSB) or Service-Disabled Veteran Owned Small Business (SDVOSB), has experience as noted below, and is interested in this project, please respond appropriately.
The purpose of this sources sought is to locate firms that are experienced with full-depth repair and replacement of airfield pavement (taxiway, runway, or parking apron). Particularly, 772 ESS and AFCEC are seeking small business firms familiar with projects for full-depth repair and replacement of airfield pavement (taxiway, runway, or parking apron) on DoD installations. In addition, firms are desired to have experience with applicable Air Force Facility criteria/instructions related to airfield pavement projects.
As a result of this sources sought, the Air Force intends to solicit a Single, Firm Fixed Price (FFP), Stand-Alone C Contract through the FAR Part 14 Invitation for Bid process. The low bidder will be asked to complete a Pre-Award Survey for the Air Force to determine Responsibility in accordance with FAR 9.104-1. In this evaluation, the Air Force will evaluate the Bidder’s capability as it relates to their organizational structure, specific experience of the firm and its key personnel with full depth repair of airfields, as well as past performance and financial responsibility. The low bidder must be determined to be responsible in all these areas, for the Air Force to make an award. This sources sought seeks Contractor capabilities in these areas, to be able to determine the most appropriate acquisition strategy for this major construction project.
The NAICS code for this project is 237310 - Highway, Street, and Bridge Construction with a Small Business size standard of $45M.
The Government will evaluate responses to this sources sought and determine if a Small Business (SB) set-aside or any of the targeted socio-economic programs (HUB Zone, 8(a) Small Business, Service Disabled Veteran Owned Small Business, or Women Owned Small Business), is appropriate for this FFP contract. Therefore, 772 ESS is seeking input from industry to assist in establishing the most logical acquisition strategy.
FAR 52.219-14 Limitations in Sub-Contracting requires the Prime Contractor to perform 15% of the work. If this contract solicitation is 100% set aside for Small Business or other socio-economic category, similarly situated entities (i.e. other Small Businesses, or other socio-economic category) can team with the Prime Offeror to ensure the 15% minimum self-performance is met.
A PROJECT LABOR AGREEMENT (PLA) WILL NOT BE REQUIRED. Previously we indicated that a project labor agreement (PLA) may be required, that is now rescinded.
Scope of Work:
Project Location: 400 Aircraft Parking Ramp - Phases 5 & 8, (38.261920377832055, -121.94112278593087)
This will be a Design-Bid-Build project for the demolition and replacement of approximately 60,000 square yards (SY) of concrete pavements and associated underground drainage utilities. Provide the Government with a complete construction, and warranty IAW FAR 52.246-21, for the demolition and replacement of the existing Ramp 400 Phase 5 and 8 concrete pavements, including demolition and replacement of Portland Cement Concrete (PCC) transition pavement between the work area and surrounding existing pavement; demolition and replacement of existing drainage utilities; and all other work necessary to make the project complete and usable. The contractor will be required to establish an on-site staging area with a batch plant capable of producing 250 cubic yards (CY) of concrete per hour. This staging area will be located on Travis AFB approximately one and a half (1.5) miles from the project site.
The Period of Performance is estimated at 540 calendar days, with a limitation of 270 calendar days of closure of the areas for construction. The Magnitude of Construction is between $25,000,000 and $100,000,000. All interested Small Businesses, certified HUBZONE, 8(a), WOSB, or SDVOSB contractors should respond to this survey via email by Wednesday, February 19, 2025 by 2:00 PM Central Standard Time.