SOLICITATION NOTICE
Z -- IDIQ BRIDGE
- Notice Date
- 4/4/2018
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Stewart, 976 William H Wilson Ave, Ste 100, Fort Stewart, Georgia, 31314-3322, United States
- ZIP Code
- 31314-3322
- Solicitation Number
- W9124M-18-B-0007
- Point of Contact
- Sebrena M. Butler, Phone: 9127679033, Mary L. Hightower, Phone: (912)767-8472
- E-Mail Address
-
sebrena.m.butler.civ@mail.mil, mary.l.hightower2.civ@mail.mil
(sebrena.m.butler.civ@mail.mil, mary.l.hightower2.civ@mail.mil)
- Small Business Set-Aside
- HUBZone
- Description
- The Mission and Installation Contracting Command (MICC), Installation Contracting Office (IOC) - Fort Stewart, Georgia anticipates issuing a solicitation for a requirement for IDIQ Bridge, Fort Stewart/Hunter Army Airfield (HAAF), GA. This solicitation is being issued as 100% set aside for HUBzone under NAICS code 237310, with a size standard of $36.5Million. A Firm Fixed Price (FFP) contract is anticipated under solicitation number W9124M-18-B-0007 and will be available for downloading in the month of May 2018. All Bidders must register with the System for Award Management (sam.gov) per FAR 52.204-7 The solicitation is 100% set aside for qualifying HUBZone firms under NAICS code 237310 (Size Standard 36.5 Million). The magnitude of the procurement is estimated to be between $5,000,000.00 and $10,000,000.00. Contract performance time is 365 days. Information concerning the HUBzone program can be found at http://www.sba.gov/content/hubzone. MICC- Fort Stewart is operating a paperless contracting file system. A minimun of one copy of each document submitted to the contracting office shall be in an electronic format. Acceptable formats are PDF, DOC(x), XLS(x), TXT, JPG and XPS. All submissions shall include one (1) CD with all required documents and one (1) paper copy of each bid. No paper copies of the solicitation will be mailed. The primary point of contract is Sebrena M. Butler (Contract Specialist) 912-767-9033 or Mary L. Hightower (Contract Officer) 912-767-8472 or by E-mail sebrena.m.butler.civ@mail.mil mary.l.hightower.civ2@mail.mil. Please copy both Sebrena and Mary on all correspondence. Contracting Office Address: MICC- Fort Stewart 976 William H. Wilson Ave Ste 100 Fort Stewart, GA 31314-3322 TECHNICAL PROVISIONS GENERAL 1.SCOPE OF WORK: 1.1 Work to be Done: The work covered by this contract consists of furnishing all plant, labor, materials and performing all operations required in connection with Constructing and Miscellaneous Repairs to Timber and Concrete Bridges, Ft Stewart and Hunter AAF and shall be complete in strict accordance with specifications and drawings. The work includes, but is not necessarily restricted to, the following items. 1.1.1 After receipt of contract award and upon notification by the Contracting Officer, the Contractor shall meet Government personal for the purpose of verifying existing site conditions of each bridge. The contractor and Government will visit each bridge for the purpose of scoping the work to be done. Performance time will be sited on each delivery order in accordance with contract provision entitled, “Delivery Order Performance Time”. 1.1.2 Contractor shall demolish as issued by the delivery order existing bridge(s) which may include bulkheads, wingwalls, stringers, piles, caps, decking, and miscellaneous items. 1.1.3 Contractor shall remove all debris and demolished material to the appropriate sites. No landfill area available on Ft. Stewart or Hunter AAF. 1.1.4 Contractor shall construct new timber bridges or repair by component replacement as issued by the delivery order to include bulkheads, wingwalls, stringers, decking, piles, caps, signs, miscellaneous bolts and fasteners as shown on drawings. This work includes clearing brush, excavation, backfilling, compacting, and grading as necessary to complete this contract. 1.1.5 Contractor shall install storm piping in location directed. This work includes excavation, backfilling, compacting, and grading as necessary to complete this contract. 2. CLOSURE TO TRAFFIC 2.1 Contractor shall request closure of the road or bridges by written request to the Contracting Officer’s Representative at least 10 working days prior to the desired closing date for any road or bridge, or portion thereof, to traffic. The request shall also include a schedule of work for each phase of work for each bridge to be replaced. A sketch shall be provided showing locations of closure area and placement of barricades and signs for traffic control. 2.2 Before closing or removing a road or bridge, contractor shall furnish and erect approved barricades, warning lights, signals and signs to protect the public as approved by the Contracting Officer Representative. Contractor will be responsible for maintaining traffic control devices during construction at each bridge location. 2.3 During minor repairs and deck cleaning on bridge the contractor shall maintain one- way traffic on bridges where possible. 3. FACTORS AFFECTING PERFORMANCE UNDER THE CONTRACT: 3.1 The contractor’s attention is directed to the fact that the work will be accomplished on tank trails located within the boundary of Ft. Stewart and Hunter AAF. The contractor shall coordinate entry through the COR and Ft. Stewart Range Control Office, Building 8302. 3.2 The contractor shall notify the Contracting Officer’s Representative 30 working days in advance to coordinate the contract performance with the Range Control Office. 3.3 Electric power will not be available for use at job site. It shall be the contractor’s responsibility to furnish all necessary electrical power, temporary wiring and safety devices necessary to comply with the applicable codes/safety requirements. 3.4 Maintenance work on bridges shall be limited to 10 bridges at one time unless approved by the COR. Total bridge replacement shall be limited to two bridges at one time unless approved by the COR. 3.5 Excavation Permits: Permits shall be issued by using the Georgia 811, Utilities Protection Center, Inc. Phone number is1-800-282-7411. Excavation of any type is prohibited after normal working hours without prior approval of the Contracting Officer. 3.6 Contractor office trailers and storage yard will be in accordance with “US Army Garrison, Ft. Stewart and Hunter AAF Policy memorandum #10-Design and Maintenance of Contractor Storage “dated 25 January 2013. 3.7 Electrical power for temporary construction office during contract will be accomplished through coordination and paid to Canoochee EMC. 4. CONTRACTOR QUALITY CONTROL. The contractor shall provide and maintain an effective quality control program that complies with the contract clause entitled "Inspection of Construction" (FAR 52.246-12), the below stated quality control requirements and the quality control requirements stated in the respective section of the specifications. 4.1 The contractor shall establish a quality control system to perform sufficient inspection and test of all items of work, including that of his subcontractors. The quality control system shall ensure conformance with applicable specifications and drawings with respect to materials, workmanship, construction, finish, functional performance, and identification. The quality control system shall be established for all construction except where the technical provisions of the contract provide for specific Government control by inspections, tests, or other means. The contractor's control system shall specifically include the surveillance and tests required in the technical provisions of the contract specifications. Quality control personnel shall also be charged with the responsibility of policing Contractor's Safety Program. This duty shall be clearly set forth in the quality control program. 4.2 Before construction operations are commenced, the Contractor shall meet with the Contracting Officer and discuss his quality control plan. The meeting shall develop mutual understanding relative to details of the system, including the forms to be used for recording the quality control operations, inspections, administration of the system, and the interrelationship of Contractor and Government Inspection. 5. Safety and Health; All work shall be in compliance with U.S. Army Corps of Engineers USACE Engineering Manual 385-1-1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/460da8a89a8b3112d6eaafd943ae3e19)
- Place of Performance
- Address: 976 Williams H. Wilson Ave, Building 621 Suite 100, Fort Stewart, Florida, 31314, United States
- Zip Code: 31314
- Zip Code: 31314
- Record
- SN04878171-W 20180406/180404231318-460da8a89a8b3112d6eaafd943ae3e19 (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 |