Federal Bid

Last Updated on 05 Jan 2011 at 9 AM
Sources Sought
Location Unknown

Concrete Targets

Solicitation ID FA9201-11-R-0383SS
Posted Date 15 Dec 2010 at 3 PM
Archive Date 05 Jan 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Eglin (Legacy)
Agency Department Of Defense
Location United states
This is NOT a pre-solicitation notice pursuant to FAR Part 5, but Market Research to identify sources that possess the expertise, capabilities, experience, and facilities to meet the requirements to provide concrete targets for use at the Holloman High Speed Test Track (HHSTT) at Holloman AFB, NM. The work covered by this specification consists of furnishing all plant, materials and labor, and performing all operations in connection with the construction and demolition of the reinforced concrete targets shown on drawings provided at time of order.
Targets shall be constructed in the order required to support planned sled test dates as indicated by the required concrete placement dates shown on a "Target NLT Placement Date Schedule." Targets shall be constructed to the size and strength requirements according target drawings and free of visual defects. Target thickness will range from 2' to 6' thick. The number of targets per task order will be between 1 and 7 targets. A list of drawings will be provided in the solicitation. Contractor must be prepared for quick turnaround targets and/or high strength targets up to 20Ksi or stronger. On rare occasions the government may install thermocouple or other instrumentation wire(s) in concrete targets. Contractor must prepare separate concrete samples for strength testing at the time each target is poured. Testing must be done at specified intervals and IAW Making and Curing Concrete Test Specimen in the Field, AASHTO T-23-08 by a reputable third party company. Contractor will be responsible for providing target strength data. Typically 28-Day, 56-Day, and Test Day breaks.
Target Demolition will consist of, removal of all reinforcement materials, and removal of all concrete or crushed to .75" size and graded in a location determined by the contracting officer or appointed representative.
Due to the size and weight of the targets, an area has been set aside near the HHSTT for the contractors use approximately 18 miles from the Holloman main base area. Water and electricity are not available at the offered job site. However, water is available at the ARC building approx .5 miles away from the pour site. Contractor shall provide electricity to support operations at no additional cost. The contractor is responsible grading/leveling/compacting existing casting yard areas as required to construct the concrete targets. The contractor will grade /repair the casting yard lanes disturbed by his construction operations.
This notice does not constitute an invitation for bid or request for proposal and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey. Both large and small businesses are encouraged to participate in this Market Research. The applicable North American Industry Classification (NAICS) Code is 327390 (500 Employees). Joint ventures or teaming arrangements may be advantageous.
Contractors wishing to respond to this sources-sought notice may provide a capability statement not to exceed three (3) pages in length. This statement must include the companies physical and mailing address, CAGE Code, DUNS Number, Size, and any additional size class (8(a), HUB Zone, Disadvantage, etc.). Any questions you may have regarding this notice may be submitted as a separate document and will be considered in the development of a formal solicitation.
The statement of capability and any questions may be submitted to 46 TG CONTRACT SUPPORT (AAC/PKET), Attn: Jonathan Heitkam, 872 Dezonia Road, Bldg 1085, Holloman AFB, NM 88330-7716. You may also e-mail them to [email protected]. NOTE: Due to e-mail filters, any attachment over 1Mb may be rejected by servers. A fax number of 575-572-1396 is also available for use. Responses are due no-later-than 1:00 pm MST, 21 Dec 2010. If additional information is needed, contact Jonathan Heitkam at 575-572-1245.
Bid Protests Not Available

Similar Past Bids

Location Unknown 19 Aug 2010 at 5 PM
Holloman air force base New mexico 25 Jun 2009 at 1 PM
Location Unknown 17 Aug 2011 at 9 PM
Wright patterson air force base Ohio 04 May 2016 at 5 PM
Gentry Missouri 27 Mar 2009 at 8 PM