SOLICITATION NOTICE
Z -- NASA Underpass Road Bridge Demolition - Request for Proposal
- Notice Date
- 4/30/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
- ZIP Code
- 14207-3199
- Solicitation Number
- W912P4-14-R-0007
- Archive Date
- 6/14/2014
- Point of Contact
- Frank D'Andrea, Phone: 716-879-4245, Tyrone B. Palaganas, Phone: 7168794126
- E-Mail Address
-
frank.j.dandrea@usace.army.mil, tyrone.b.palaganas@usace.army.mil
(frank.j.dandrea@usace.army.mil, tyrone.b.palaganas@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Package DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Buffalo District is issuing a Request for Proposal (RFP) W912P4-14-R-0007 for the NASA Underpass Road Bridge Demolition, Cleveland, Ohio. This project includes the demolition of the two bridges on Underpass Road and portions of Underpass Road at the NASA GRC Lewis Field. Demolition of the Underpass Road Bridge is adjacent to and above the Rocky River. The bridge spans the top of a gorge cliff. The bridge and road are also adjacent to and underneath the Brookpark Road Bridge. The bridge superstructure and deck will be completely removed. The bridge substructure abutments will be removed as close to existing grade as practicable considering site drainage, existing utilities and stability of adjacent structures and earth. Upon completion of demolition, the site will be re-graded and stabilized. Stabilization may include any one or a combination of the following: native plantings, gabion baskets, geotextile, etc. Stabilization, during and after demolition, will be performed to prevent erosion of the adjacent shale slope. Any remaining concrete faces, visible from the west bank of the Rocky River, shall be camouflaged by either vegetation or a surface treatment. Any surface treatments shall also act to deter graffiti. As part of the requirements of this contract, the successful offeror will be required to provide a demolition plan consisting of design elements related to the demolition of the two bridge structures. The Contractor's design submittals shall include drawings, which shall not limited to project vicinity map, demolition, site layout, grading, including storm drainage structures, site utilities and profiles, details necessary for demolition, erosion and sediment control, and turfing and landscaping. Complete design calculations shall be included in a design analysis for site development items such as storm drainage, storm drainage structures, and all utilities. The contractor shall be responsible for preparing demolition sequence and working plans of temporary structures, etc. The demolition sequence and working plans prepared by the contractor shall be submitted to the Government for review and acceptance as part of the design submittal. Details for this requirement will be articulated in full in the solicitation. The Contract Duration is one hundred eighty (180) calendar days from Notice to Proceed. All details pertaining to this acquisition are contained within the attached solicitation document. TYPE OF CONTRACT AND NAICS: This RFP is for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 238910 - Site Preparation Contractors. The size standard is $14,000,000. This will be a 100% Small Business Set-Aside competitive procurement. This contract is subject to the Service Contract Act. Bonding is required. SELECTION PROCESS: The proposals will be evaluated using the Best Value Trade Off source selection process. As a result of the Best Value Trade Off process, the Government reserves the right to award to an offeror that does not offer the lowest price proposal. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. SOLICITATION WEBSITE: This is the official solicitation, and will be available free of charge by electronic posting only and may be found only at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued by the Government. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Solicitation Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing the solicitation and any amendments by the Government prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Frank J. D'Andrea, at frank.j.dandrea@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-14-R-0007/listing.html)
- Place of Performance
- Address: GRC at Lewis Field, Brookpark Road and NASA Parkway, Cleveland, Ohio, 44135, United States
- Zip Code: 44135
- Record
- SN03352747-W 20140502/140430235059-481a9106ccefb10c03235a97f4d202be (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 |