Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2013 FBO #4313
MODIFICATION

12 -- Dry Standpipe Replacement, DC MD and VA - Advanced Notice (Amended)

Notice Date
9/13/2013
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Washington Metropolitan Area Transit Authority, Procurement and Materiels, PRMT-JGB, 600 5th Street, Washington, District of Columbia, 20001
 
ZIP Code
20001
 
Solicitation Number
FQ14001
 
Point of Contact
Robert L. Jones, Phone: 2029621911
 
E-Mail Address
rljones2@wmata.com
(rljones2@wmata.com)
 
Small Business Set-Aside
N/A
 
Description
Advanced Notice IFB No. FQ14001/RLJ IFB Title: Dry Standpipe Replacement DC MD and VA ADVANCE NOTICE TO BIDDERS Solicitation Availability: o/a October 02, 2013 at http://www.wmata.com/business/procurement_and_contracting/solicitations/index.cfm Pre-Bid Conference: o/a October 9, 2013 Bid Opening: o/a October 30, 2013 Project Description: Dry Standpipe Replacement, DC MD and VA PRE - BID CONFERENCE AND SITE VISITS - NOTE (SEE APPENDIX A) Due to the nature of the work detailed in this IFB and the authority cited in PPM 9.13(c), attendance at both the Pre-Bid Meeting and Site Visits are MANDATORY. All interested parties will be required to obtain a WMATA contractor ID with Road Worker Protection Level 1 (RWPI) training endorsement. Failure to attend one or the other, in part or whole will exclude your bid from consideration. No exceptions will be afforded. See Appendix A for details and forms Description of Work The scope of work includes Replacement of Dry Standpipe systems in various locations throughout the Metrorail system in DC, MD and VA. This work will include street level, vent shaft, and tunnel work. - WMATA has fireline systems that in part consist of wet and dry standpipes. - These standpipes generally are accessible above ground by the fire department and below ground in and around the platforms and tunnels - The standpipes penetrate from ground level into the rail system via vent shaft or some other form of shaft. - The distance from the surface standpipe to the internal system will vary from +/- 100 ft. - The standpipe travels a distance of up to 1200 feet from a central point in an inverted "T" once it has reached its final vertical position. - The Scope of Work includes the removal and replacement of the standpipe system, to include underground valves, connectors for access by firefighters, standpipe replacement, and temporary system setup and removal (so as not to disrupt service). - Work will be performed at various locations during the day and night. - There is a high expectation of flexible scheduling required and the ability mobilize to various sites on short notice - There is no expectation to complete any given system in one visit IFB-FQ14001/RLJ, Advance Notice to Bidders Page 2 SAMPLE SCHEDULE Event Weekdays (Monday thru Friday) Weekends (Saturday& Sunday) Ventshaft 9:00 p.m. to 5:00 a.m. 9:00 p.m. to 5:00 a.m. All other work 1:15 a.m. to 4:15 a.m. 3:45 a.m. to 6:00 a.m. The work will be performed at approx. 15 locations Station Jurisdiction No. of Work Locations (does not constitute number of standpipes) Addison Road to Stadium Armory MD/DC 9 Gallery Place to Congress Heights DC 4 L' Enfant DC 1 Rosslyn VA 1 Total 15 Estimated Cost Range: $5,000,000 - $10,000,000 Period of Performance. 3 Years Pre Bid Conference: o/a Wednesday, October 9, 2013 at 12:45 pm at WMATA, Jackson Graham Building,, Lobby Level, 600 5th Street, NW, Washington, D.C., 20001. WMATA will provide a PowerPoint presentation including the solicitation issues and technical requirements. WMATA will have representatives of our procurement, insurance, DBE, safety, and infrastructure rehabilitation in attendance. WMATA certified DBE's are strongly encouraged to attend. All attendees must provide a WMATA Contractor ID or a government issued identification for entry into the Jackson Graham Building (cameras, cell phones, computers and other mobile devices are permitted). Individuals that plan to attend the meeting are requested, to send an email to rljones2@wmata.com, 24 hours in advance, with their name, title, company name, mailing address, telephone, and email for each attendee. Attendees should arrive early in order to clear security and/or receive temporary badges. The meeting is expected to end by 2 pm. IFB-FQ14001/RLJ, Advance Notice to Bidders Page 3 Site Visit WMATA will conduct site visits at all locations over a two (2) night period. The site visit will commence from the following meeting point. Attendees must provide their own transportation. Attendees must be escorted by WMATA. Location - TBD NOTE: WMATA work trains will be utilized during the site visits. These vehicles are open air, flatbed, self-propelled, rail type movers. There is the possibility of exposure to fumes and cabin space will be limited. The possibility of riding on the flatbed would require visitors to remain seated while the mover is in motion. We ask that only essential personnel attend the site visit. As a matter of transportation, we advise each attendee to bring an associate who can drive to the last station on that section of the visit to provide transportation to the next station. Attendees that have a current WMATA Contractor ID shall display their ID and bring PPE and WMATA approved safety vest. Attendees not holding WMATA Contractor ID with PPE and vest should specifically identify themselves to the WMATA escorts. Individuals that plan to attend the Site Visits are requested to send an email 24 hours in advance of the site visit to rljones2@wmata.com, with their name, title, company name, mailing address, telephone, and email for each attendee. WMATA must arrange escorts based upon the number of attendees. Bonds/Guarantees: A bid guarantee, in the amount of 5% of the total bid price, is required with the bid if it is greater than $100,000. The successful proposal must provide Performance Bond in the amount of the contract price after award of the contract and Payment Bond in the amount of 1) Fifty percent of the contract price if the construction contract price is not more than $1,000,000; (2) Forty percent of the contract price if the contract price is more than $1,000,000 and not more than $5,000,000; or (3) When the contract price is more than $5,000,000, the payment bond shall be $2,500,000. DBE Information: The solicitation includes a DBE goal of about 33% if the bid price is $500,000 or more. Information on the WMATA DBE program can be found at http://www.wmata.com/business/disadvantaged_business_enterprise/ WMATA will have a DBE office representative on hand at the Pre Bid Conference. DBE Vendor Directory IFB-FQ14001/RLJ, Advance Notice to Bidders Page 4 http://www.wmata.com/business/disadvantaged_business_enterprise/dbe_search.cfm Questions regarding WMATA's DBE program may be addressed to Mr. Tinuade Akinshola, DBE and Compliance Specialist on tel: 301-955-5185, email: tsakinshola@wmata.com. Email contacts preferred. Please cc Contract Administrator at rljones2@wmata.com when contacting DBE and Compliance Specialist. Insurance The successful bidder must provide Commercial General Liability (CGL), Worker's Compensation Insurance, Business Automobile Liability (AL) Insurance, Contractors Equipment/Installation Floater Railroad Protective Liability (RRPL) with WMATA included as an additional insured on the Commercial General Liability and Automobile Liability. In lieu of providing a standalone RRPL in WMATA's name, the successful bidder may request that the contract work be covered under WMATA's blanket Railroad Protective Liability Insurance Program. Refer to Special Conditions 2.15 Indemnification and Insurance, Railroad Protective Liability Insurance (RRPL) whereby WMATA may waive the requirement for the contractor to procure the RRPL and instead be covered under WMATA's RRPL policy by pre-paying a waiver fee as determined by WMATA's Risk Management Department. The Contractor would apply for coverage under WMATA RRP policy, pay the waiver fee and submit proof of payment to the Authorized Representative. The contractor is entitled to 100% reimbursement of the actual premium paid to WMATA with no markups. The application and fee must be submitted within ten (10) calendar days of contract award. For bidding purposes, an allowance will be provided on the Unit Price Schedule. The contractor shall be reimbursed 100% of the actual waiver fee paid to WMATA. If the contractor chooses to not utilize the WMATA RRPL, then WMATA will reimburse the contractor the actual cost with no markups up to the amount (not allowance) that would have been paid for the WMATA waiver fee. WMATA will have an insurance representative on hand at the Pre Bid Conference to discuss the Railroad Protective Liability Insurance. Pre-Award Information: Shall not be submitted with the bid. After the bid opening, only the Apparent Low Bidder will be requested to submit Pre-Award Information. Bids Due: o/a Wednesday, October, 30, 2013 by 2 pm and shall be delivered to WMATA, Office of Procurement and Materials, Room 3C-02, 600 Fifth Street, NW, Washington, DC 20001. Bids will be publicly opened and read aloud in the WMATA Meeting Room, Lobby Level, 600 Fifth Street, NW, Washington, DC 20001. Bidders are cautioned to not take exceptions or qualify their bid. Any questions regarding the solicitation should be made in writing to the Contract Administrator no later than five (5) business days prior to the bid opening. Please carefully review the Notice to Bidders of the IFB. The Notice to Bidders addresses common problems found in previous bids that may cause bid rejection. Virginia Contractor License IFB-FQ14001/RLJ, Advance Notice to Bidders Page 5 The bidder shall have a Virginia Class A contractor license. http://www.dpor.virginia.gov/. This is a Commonwealth of Virginia law and WMATA complies with the law. Basis of Award A single contract for all items will be awarded to the lowest responsive and responsible bidder. Type of Contract: Firm fixed price contract for the items in the Unit Price Schedule. IFB Volumes Volume 1, Bidding and Contracting Requirements Volume 2, Technical Provisions Volume 3, Drawings IFB availability: Once the IFB is issued it will be posted on the WMATA website at http://www.wmata.com/business/procurement_and_contracting/solicitations/index.cfm in Adobe Acrobat (.pdf) format. The IFB can be downloaded free of charge. In order to avoid IFB download problems, please immediately download the latest version of Adobe Acrobat Reader available for free at http://get.adobe.com/reader/ Amendments: If any amendments are issued, they will be posted on the WMATA website along with the solicitation. Buy America Act Certification (Not to be confused with Buy American) Bidders should be fully cognizant regarding BUY AMERICA and be prepare to submit not only a BUY AMERICA certificate but actual proof of compliance including parts and assembly. This information will be required with the Pre Award Data submitted by the Apparent Low Bidder. The applicable Buy America Certificate for this solicitation is "Certification requirement for procurement of steel, iron, or manufactured products." http://www.fta.dot.gov/legislation_law/12921.html This project is funded by the Federal Transit Administration. The Buy America requirements apply to federally assisted construction contracts, and acquisition of goods or rolling stock contracts valued at more than $100,000. (a) By submission of this offer, the offeror certifies, and in the case of a joint offer, each party thereto certifies as to its own organization, that in connection with this procurement it will comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and IFB-FQ14001/RLJ, Advance Notice to Bidders Page 6 manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7 Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)© and 49 C.F.R. 661.11. (b) An offeror must submit to the Authority the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. (b) An offeror must submit to the Authority the appropriate Buy America certification with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. Warranty One year after substantial completion inspection (SCI) of each Bid Item in the Unit Price Schedule. Vendor Registration: Please visit our Internet website at http://www.wmata.com/business/ for New Vendor Registration and Registered Vendors (updates, etc) http://www.wmata.com/business/procurement_and_contracting/vendor_registration.cfm Question regarding vendor registration should be addressed to Phillip Barrett, Jr at PbarrettJr@wmata.com or telephone 202-962-1408. Contact Person: Mr. Robert Jones, Contract Administrator, rlones2@wmata.com, facsimile (202) 962-6120, voice (202) 962-1911; or write Robert Jones, Office of Procurement and Materials, Washington Metropolitan Area Transit Authority, Room 4A, 600 Fifth Street, NW Washington, D.C. 20001. Email contacts are strongly preferred.. NAICS Codes 238220 - Fire sprinkler system installation IFB-FQ14001/RLJ, Advance Notice to Bidders Page 7 APPENDIX A Attendance at the Pre-Bid conference and Site Visit are Mandatory! Due to the nature of the work associated with this project all interested parties who anticipate attending the Site Visit must possess a WMATA Contractor ID with Road Worker Protection Level 1 Protection (RWPI) training endorsement Pre-Bid Conference - MANDATORY 1. Information will be provided about the Site Visit and working environment provided 2. Information will be provided about obtaining WMATA ID with RWPI endorsement 3. Information will be provided about Road Worker Protection Level 1 Training Obtain WMATA Contractor ID with Road Worker Protection Level 1 Training (RWPI) Endorsement - MANDATORY Within 48 hours of the Pre-Bid Conference interested parties must begin the process detailed below! 1. For current WMATA contractors a. Copies of WMATA Contractor Personnel/ID with RWPI endorsement due within 48 hours of Pre-Bid Conference b. ID must have RWPI endorsement and be Valid through December 2014 c. ID holders whose IDs are expired, will expire by 12/2014, or lack RWPI training endorsement will be required to follow ‘New WMATA contractor' requirement (see below) 2. New WMATA Contractor - All on site personnel as well as various contractor management personnel must have a current WMATA Contractor ID with Road Worker Protection Level 1 Training endorsement. a. Complete and submit Consumer Authorization for Release of Personal Information Form 50.718 4/13 b. Attend Road Worker Protection Level 1 Training and pass exam (No translation will be provided or accepted)(Date - TBA) IFB-FQ14001/RLJ, Advance Notice to Bidders Page 8 c. Complete and submit Certification for Issuance of Metro Smartrip© Contractor Badge Form 50.375 04/13 d. Obtain WMATA Contractor ID Badge. Site Visit - MANDATORY Within 24 hours of the Site Visit, notify MWATA of the person attending the site. Space will be limited, therefore only one (1) representative will be allowed to attend from each company. 1. METRO Employee Identification Card with RWPI Endorsement 2. Current WMATA Approved Safety Vest 3. PPE (Rail safety equipment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/WMATA/WMATA01/WMATAPRMT01/FQ14001/listing.html)
 
Place of Performance
Address: Washington DC Metropolitan Area, United States
 
Record
SN03188318-W 20130915/130914000123-b27b56b50a89544ce4d37ec44bbde885 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.