Asphalt Driveway Project
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 (Updated)
- Updated Published Date: Feb 07, 2022 11:40 am CST
- Original Published Date: Feb 07, 2022 10:07 am CST
- Updated Response Date: Feb 14, 2022 01:00 pm CST
- Original Response Date: Feb 14, 2022 01:00 pm CST
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
- NAICS Code:
- 237310 - Highway, Street, and Bridge Construction
- Place of Performance: Fort Lauderdale , FLUSA
Description
The contractor shall furnish necessary equipment, materials, labor and supervision to perform the following work at the Federal Aviation Administration (FAA) facility's FLL TDWR radar site located inside Markham Park at 16001 W. State Rd. 84 Sunrise, Florida. The Scope of Work (SOW) includes the following; Placement of minimum of a 4-inch thick asphalt driveway (12' x 200' = 2,400 sf) from the entrance gate, left, around to the back the building and terminating under the TDWR tower.
MARKET SURVEY FOR THE ASPHALT DRIVEWAY PROJECT.
NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW.
This is a market survey for information and comments from industry that will aid in the formation of an acquisition strategy for the ASPHALT DRIVEWAY PROJECT. The draft requirements are identified in the attached draft Statement of Work (SOW).
The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor’s expense.
At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program.
The purpose of this market survey is to solicit statements of interest, capabilities, and rough orders of magnitude (cost estimates) from businesses interested in and capable of providing the required repair services per the Statement of Work (SOW). Respondents to this Market Survey are encouraged to provide comments regarding the government’s approach to this requirement.
This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the potential acquisition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms.
The North American Industry Classification System (NAICS) codes and size standards for this effort:
NAICS – 237310 - Highway, Street, and Bridge Construction
Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable.
The FAA requires interested vendors to address the requirements in the attached draft Statement of Work (SOW). This document is provided for feedback and comments.
Each vendor should include the following information along with their submission:
1. Capability Statement - This document should identify:
- Repair services of the same units that have been provided by your firm
- Previous contracts and awards for the repairs of these units (elaborate: quantities, dollar amounts and provide detailed information and past performance)
- Number of years in business
2. Clearly state whether or not you can provide all of the types of services listed in the draft SOW.
3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses.
4. Rough Order of Magnitude (ROM) or budgetary estimate for the items described in the draft SOW.
All responses to this market survey must be received by 2:00 p.m. Central Time (Oklahoma Time) on February 14, 2021.
The FAA requests that all submittals, including attachments, be submitted electronically to the following:
Email: Jason.m.perry@faa.gov
Please include "MARKET SURVEY RESPONSE: ADAPT Repair Services” in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.
Attachments/Links
Contact Information
Contracting Office Address
- AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
- OKLAHOMA CITY , OK 73125
- USA
Primary Point of Contact
- Jason Perry
- jason.m.perry@faa.gov
Secondary Point of Contact
History
- Mar 01, 2022 10:55 pm CSTSources Sought (Updated)
- Feb 07, 2022 10:07 am CSTSources Sought (Original)