SOURCES SOUGHT
Y -- Delaware City 5th Street Bridge Replacement Project
- Notice Date
- 2/23/2015
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-15-5STBRIDGE
- Point of Contact
- Schon M. Zwakman, Phone: 2156563241, Edward A. Boddie, Phone: 2156566786
- E-Mail Address
-
Schon.M.Zwakman@usace.army.mil, edward.a.boddie@usace.army.mil
(Schon.M.Zwakman@usace.army.mil, edward.a.boddie@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to gain knowledge of potential qualified Small Business firms, HUBZone, 8(a), Women Owned, or Service Disabled Veteran Owned Business contractors for the following proposed contract: The U.S. Army Corps of Engineers, Philadelphia District, anticipates a project for the demolition and replacement of the 5th Street Bridge located in Delaware City, Delaware. The bridge carries two lanes of traffic and pedestrians across the Delaware City Branch Channel of the Chesapeake & Delaware Canal via 5th Street/Route 9. The existing bridge is a two-girder steel bascule bridge founded on concrete abutments atop timber piles. The new bridge will be a single-span, simply-supported structure spanning approximately 150 feet. The stub abutments will consist of concrete pier caps atop steel piles. The superstructure will consist of six-steel plate girders. The deck width is 38 feet clear allowing for two lanes of traffic and a shared pedestrian/bike-lane shoulder with an 8 foot raised sidewalk. There are privately owned structures on properties adjacent to the proposed construction limits. These structures will be monitored during construction activities such as pile driving and demolition. The civil site work will include minor modification of the approaches on both sides in order to tie into the existing roadway, sidewalks and curbs, ADA ramps, bituminous pavement, guardrail and relocation of existing utility lines. A 90 day closure to traffic for construction activities will be allowed. Additional major items of work to be performed under this contract may include, but are not limited to: • Salvage of the existing bridge. • Providing a temporary pedestrian bridge for the duration of demolition and construction. Contract duration is approximately one hundred and fifty (150) days. The anticipated contract will not exceed $5 Million Dollars. The contract will be firm fixed priced. Performance and Payment bonds will be required for 100% of contract award. NAICS for this project is 237310 and the size standard is $36.5 million. Responses are requested with the following information, which shall not exceed a total of eight (8) pages. 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on first page of submission. 3. Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity. 4. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offeror's role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Responses should be sent to Schon Zwakman (Schon.M.Zwakman@usace.army.mil) and Edward A. Boddie (Edward.A.Boddie@usace.army.mil) via email on or before 10 March 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-15-5STBRIDGE/listing.html)
- Place of Performance
- Address: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107, United States
- Zip Code: 19107
- Zip Code: 19107
- Record
- SN03648773-W 20150225/150223234806-17bc1f7326cbb56812ebc34c1c2534ee (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 |