Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2017 FBO #5585
SOURCES SOUGHT

Y -- Paving, Drainage, and Civil Site Work

Notice Date
3/7/2017
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56ZTN-17-R-0005
 
Archive Date
6/23/2017
 
Point of Contact
Sandra A. Anderson, Phone: 4438614756
 
E-Mail Address
sandra.a.anderson12.civ@mail.mil
(sandra.a.anderson12.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. All responses will be used for market analysis in determining the availability of potentially interested 8(a) businesses and may be used to determine appropriate acquisition strategy. The Army Contracting Command, Aberdeen Proving Ground (ACC-APG) is seeking potential sources for a Firm-Fixed Price Indefinite Delivery Requirements Contract in accordance with FAR 16.503 for Paving, Drainage and Civil site work Contract. The intention is to procure these services as a competitive 8(a) set-aside. INFORMATION AND INSTRUCTIONS: Based on the responses to this sources sought notice/market research, this requirement shall be set-side for small business under the 8(a) Program. All qualified 8(a) Small Businesses shall be registered under the Dynamic Small Business Search Engine located at http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm. Telephone inquiries will not be accepted or acknowledge, and no feedback or evaluations will be provided to companies regarding their submissions. The contractor shall provide all labor, material, equipment and services incidental for performing all work during construction associated with paving and drainage. All work shall be performed on individual task orders at one of the following areas: Aberdeen Area, Edgewood Area, Churchville Area, Carroll Island Area, Spesutie Island Area, and Grace's Quarters Area, and Adelphi. For plans, the contractor shall design sediment and erosion control plan, storm management plan, and critical area plan, and must obtain Maryland Department of Environment (MDE) and State of Maryland Critical Area Commission approvals, respectively. Listed below are examples of the requirements that shall be required under this requirement are as follows: 1. The contractor shall be required to furnish and install and or remove pavement markings (both permanent and temporary), lines and symbols, including complete covering of existing markings. A striping plan is part of this cost and is not a separate line item cost. 2. The contractor shall be required to furnish and install various aggregate bases and sub base material for the repair, patching and or construction of paving structures, flat concrete, vertical concrete (walls, stairs etc.) work formed concrete work, drainage devices, gabion, piping systems, etc. The contractor shall protect the sub-grade and base against damage from all causes. 3. The contactor shall be required to provide all labor, equipment and material for the installation of hot mix asphalt pavement as stipulated within the contract information. 4. The contractor shall be required to complete all earthwork as associated with paving and drainage, such as, clearing and grubbing, excavation and grading, geotextiles, topsoil, seeding and mulching, sod, rip rap, soil stabilization, etc. 5. The contractor shall be required to furnish and install storm drains, pipes, end sections, headwalls, manholes, inlets, under drains, curbs gutters, flumes, ditches, swales, etc. 6. The contractor shall be required to furnish and install handicapped ramps, sidewalks curb cuts, metal handrails, and related incidentals. 7. The contractor shall be required to adjust manhole frames, inlet grates and utility boxes and or manholes with the work area to conform to new or final grades. The contractor shall be required to demo and reconstruct new boxes, inlets, grates surfaces and manholes as per design or according to standard specifications for construction. The contractor shall be required to reconstruct existing manholes, inlets and grates. 8. The contractor shall be required to install new manholes, inlets and utility boxes. 9. The contractor shall be required to provide surveying information. All survey work completed shall be required to be sealed by a Licensed Professional Land Surveyor or Licensed professional Engineer. 10. The contractor shall be required to establish 90% vegetative cover over the entire site where seeding and stabilization is required. 11. The contractor shall be required to construct all erosion and sediment control measures and storm water control devices to include Best Management Practices (BMP) such as bio retention ponds and storm water ponds. 12. The contractor shall be required to provide investigations for surface and subsurface buried unexploded ordinances. 13. The contractor shall be required to construct of flat work and vertical poured work, forms, reinforcement within formed concrete, placement and cutting of joints, surface finishing, curing and incidentals. This includes polished, stamped, and colored concrete. 14. The contractor may be requested to assist in emergency repairs of waterlines, sewer lines, force mains, collapsed culverts, and road damage. The contractor shall respond within one half (½ ) hour of notification. 15. The contractor shall be responsible for the demolition of bituminous and Portland Cement Concrete paving and drainage structures including but not limited to: removal, hauling, disposal, metal salvage, saw cutting, milling and grinding, etc. and placing the material on sites as designated the COR. 16. The contractor is required to submit all testing of materials. The materials shall be required to be tested by an independent state approved commercial laboratory and submitted to the COR for approval. 17. The contractor maybe required to install fence while working in a secure/safety areas. Fence is only incidental to this work and other contracting mechanism to install fence may be used by the Government. Fence shall meet UFC 4-022-03. 18. The contractor shall provide and install traffic signs: regulatory; warning and guide (excluding street names). 19. The contractor shall replace damaged roadway lighting including lamp, arm, poles etc. 20. The contractor shall perform diagnostic and submit a report of traffic signal systems. 21. The contractor shall replace signal heads, controller, and detectors (loop, radar, video, infrared). 22. The contractor shall replace pedestrian indicator and push buttons. 23. The contractor shall provide designs associated with the paving project. 24. The contractor shall provide traffic studies. The length or duration of this contract is five (5) years (one base year and four option years.) Estimated total value of this contract including base and four (4) option years is between $40-$60 million. If your company has the potential capacity to perform this work, please provide the following information: 1) Company name, address, email address, web site address, telephone number, and size and type of ownership of the company; 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability; 3) Company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. If subcontracting or teaming is anticipated in order to deliver technical capability, companies should address the administrative and management structure of such arrangements. Interesting parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of less than 10 pitch. In addition, Contractor shall provide a letter from their surety that they will be able to obtain a bonding capacity at minimum of $10 million for the base year and each option year period. The applicable NAICS code for this requirement is 237310 with a Small Business Size Standard of $36.5 Million. The deadline for response to this request is no later than 2 pm, EST, 23 March 2017. All responses under this Sources Sought Notice must be emailed to Sandra.a.anderson12.civ@mail.mil. This Sources Sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and will be used solely for the purposes of market research. Please be advised that all submissions become Government property and will not be returned. Questions on this notice shall be submitted to the email address above for Sandra Anderson, Contract Specialist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ba2975e3e6b585b50d8848726db5db93)
 
Place of Performance
Address: See above posting for various locations within the State of Maryland., Maryland, United States
 
Record
SN04425995-W 20170309/170307234909-ba2975e3e6b585b50d8848726db5db93 (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.