SOLICITATION NOTICE
Z -- Concrete Repairs of the Tully Lake Dam Spillway Bridge
- Notice Date
- 4/24/2018
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ18B0018
- Archive Date
- 6/29/2018
- Point of Contact
- Elizabeth K. Glasgow, Phone: 9783188671
- E-Mail Address
-
elizabeth.k.glasgow@usace.army.mil
(elizabeth.k.glasgow@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Pre-solicitation Notice: The U.S. Army Corps of Engineers, New England District will be issuing an Invitation for Bids for Concrete Repairs of the Tully Lake Dam Spillway Bridge located in Athol, MA. This project is set-aside for small business. The NAICS code for this procurement is 237310. The estimated construction cost is expected to range from $500,000.00 to $1,000,000.00. The purpose of this project is to repair deteriorated concrete and replace joint materials in the spillway bridge at Tully Lake Dam in Athol, Massachusetts. The scope of work for this project will focus on concrete repair work which will include the rehabilitation of the concrete spandrel and wingwalls and replacement of joint materials in all expansion joints along the spandrel walls and parapets located on the Southern half of the bridge from midspan to the South abutment. The repair work to be performed by the Contractor requires the removal of unsound and deteriorated concrete at the locations identified on the plans. The locations and areas of the concrete repairs shown on the drawings are approximate. Joint material replacement work to be performed by the Contractor requires removal of all existing loose or deteriorated joint materials from all expansion joints within the area of work. The final locations and areas of concrete repairs and depth of joint material replacement shall be based on sounding the concrete and visual inspections performed by the Contractor in the field. Optional work may be awarded based on available funds to perform similar concrete repairs along the spandrel and wingwalls and joint replacements in all expansion joints along the spandrel walls and parapets on the Northern half of the bridge from midspan to the North abutment. Completion of scope of work will require fall protection. Means to access the work areas described in the contract documents may include but is not limited to scaffolding, cranes and rigging, and snooper truck. Means of access shall be approved by the Contracting Officer's Representative prior to beginning of work. Construction and all work related efforts performed in support of this project to include but not limited to repair of concrete surfaces, replacement of joint materials, erection of scaffolding, access to the area of work, etc. shall not impact or disturb the condition of the foundation rock face below the abutments of the bridge to allow for a geologic foundation rock survey to be performed by the Government on the founding rock in its natural condition. Additionally, work under this contract shall be performed in accordance with the measures identified by the rare plant species survey performed by the Government to protect the Sand Violet and any other rare plant species which occurs within and around this spillway. The work to be performed may be accessed or performed from the spillway channel which is classified as wetland. The spillway must be prepared in accordance with the requirements of the permitting authority and the Contracting Officer's Representative. Following completion of the work, the spillway shall be restored by the Contractor to its condition prior to the start of construction. Under this contract, the successful offeror will be required to provide the equipment, personnel, and materials required to perform the repairs to the Tully Lake Dam Spillway Bridge as described herein. This is not a request for proposals at this time. The solicitation requirements and contract documents to include instructions for submission and the response date will be available on or about June 5, 2018. Neither telephonic, mailed nor fax requests for hard copies will be accepted. The solicitation will only be available online; in order to download the solicitation, offerors must access the Federal Business Opportunities website (http:/www.fbo.gov). Amendments, if any, to the solicitation will be made available at the http:/www/fbo.gov website. Registrants are responsible for the accuracy of the information on the FedBizOps Registration List. All responsible sources may submit a bid which shall be considered by the New England District. Additional questions may be emailed to the Contract Specialist, Elizabeth Glasgow at Elizabeth.k.glasgow@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ18B0018/listing.html)
- Record
- SN04899477-W 20180426/180424230619-a3f778e3f213ff5a97001a9281da761d (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 |