SOURCES SOUGHT
Z -- NOAA Wallops Road Repair
- Notice Date
- 5/5/2020 6:55:01 PM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123620B5027
- Response Due
- 5/19/2020 12:00:00 PM
- Archive Date
- 06/03/2020
- Point of Contact
- Axel F. Doody, Phone: 7572017712, Eartha Garrett, Phone: 7572017131
- E-Mail Address
-
axel.f.doody@usace.army.mil, Eartha.D.Garrett@usace.army.mil
(axel.f.doody@usace.army.mil, Eartha.D.Garrett@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS AVAILABLE AT THIS TIME.� The Norfolk District, Corps of Engineers is seeking qualified, experienced firms capable of performing road repairs on Wallops Island, located in Accomack County, VA. The Anticipated Acquisition Strategy is Invitation for Bid (IFB). PROJECT DECRIPTION: WCDAS roads and other paved areas are vital for operation, maintenance, repair, and construction of antennas and facilities. They support vehicle traffic ranging from passenger cars to trucks and cranes. They are used 24 hours per day, 365 days per year. Paving deteriorates due to weather and use, and requires periodic repair to preserve functionality and extend life. The scope of this project includes subject-expert assessment of existing paving, design of all require repair, construction of the portion of repair designated as Phase I, and all related management, supervision, inspection, and overhead. Preliminary opinion of repair needs includes: - 13 meter-A antenna pad, 1600 sq.yd. - Road intersection to 13 meter-A antenna pad, 1442 sq.yd. - 13 meter-B antenna pad, 1600 sq. yd. - Road intersection to 13 meter-B antenna pad, 533 sq. yd. - Road intersection to HR-1 antenna, 712 sq. yd. - Road HR-1 antenna to HR-2 antenna, 356 sq. yd. - Guard house road incoming and outgoing, 339 sq. yd. - Route 175 gate road incoming and outgoing and turnaround, 8022 sq. yd. - Concrete road east of the Maintenance Building, leveling, 389 sq. yd. - Intersection south of Operations Building Addition, widening, 111 sq. yd. The intent of this contract is for road improvements, include milling existing designated pavement areas, crack sealing and overlay with new bituminous hot mix asphalt. Also included are areas to receive seal coating. Other areas have been designated to receive full depth pavement installation to improve maneuverability of oversized wheeled equipment and vehicles utilizing the road network. Road improvements at Wallops Island are anticipated to include: Existing concrete pavement strip near the logistics building and the area between the maintenance building and the parking lot behind the operations building shall be razed and replaced with concrete. A concrete handicap ramp shall be installed at the entrance to the utility building since the lip of the doorway and the adjacent asphalt pavement are uneven. A concrete pad will be located adjacent to the existing operations building loading dock. Abandoned duct-banks located on either side of the service drive shall be razed. Patch and seal asphalt pavement access road from Guard Shack to Operations Building. Patch and seal asphalt pavement Route 175 gate road incoming & outgoing. Replace asphalt pavement section at gate road adjacent to Guard House �Guard House entrance�. Mill outgoing side of gate adjacent to Guard House �Guard House exit�. Remove concrete at entrance of visitor parking and replace with asphalt pavement. �Add asphalt new pavement drop off area with 2 parking spaces at front of Operations Building. In accordance with FAR 36, the estimated construction price range for this project is between $500,000 and $1,000,000. Liquidated Damages will be assessed in the amount of $1,010.00 per each day of delay. NAICS Code 237310- Highway, Street, and Bridge Construction- applies. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. � The construction completion date will be approximately 18 months from issuance of the Notice to Proceed (NTP).� The official synopsis citing the solicitation number will be issued on the Government Point of Entry, BetaSAM (www.BetaSAM.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Sources Sought�shall be limited to 10 pages and shall include the following information. 1. Describe 3 (three) projects, successfully completed within the last five (5) years, which can be classified as being similar in scope, magnitude. You may submit projects representing either all elements of the above described work, or up to three (3) total projects representing a single element of work described above. 2. Outline your firm�s lead qualifications. Specific attention should be paid to leading similar work and any special qualification or certifications your firm holds. 3. Firm's name, address, point of contact, phone number, and e-mail address. 4. Firm's interest in bidding on the solicitation when it is issued. 5. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years): Brief description of the project, (customer name, timeliness of performance, and dollar value of the project) - provide at least 3 examples. 6. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOB. 7. Firm's Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. 8. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. � Please only include a narrative of the requested information.� Additional information will not be reviewed. Unnecessary elaboration or other presentations beyond what is sufficient to present a complete and effective response is not necessary or desired. This Sources Sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issues a contract, or result in any claim for reimbursement of costs for any effort you expand responding to this request.� No solicitation is currently available.� Interested Firm's shall respond to this Sources Sought no later than 3:00 PM EDT 19 May 2020. Your response should be emailed to Axel Doody at Axel.F.Doody@usace.army.mil cc�d Eartha D. Garrett at Eartha.D.Garrett@usace.army.mil Anticipated Solicitation issuance date is during or about July 2020, and the estimated bid opening date will be on or about July 2020. The official Synopsis citing the Solicitation number will be issued on BetaSAM.Gov. All interested firms must be registered in the government�s SAM website to be eligible for award of Government contracts.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b5dc535c0ae6490fbb27b205b2ff89c7/view)
- Place of Performance
- Address: Wallops Island, VA 23337, USA
- Zip Code: 23337
- Country: USA
- Zip Code: 23337
- Record
- SN05646714-F 20200507/200505230207 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |