Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2020 SAM #6741
SOLICITATION NOTICE

C -- Blue Marsh Lake Road Repairs and Repaving

Notice Date
5/12/2020 8:32:20 AM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU20B0005
 
Response Due
7/7/2020 10:00:00 AM
 
Archive Date
07/22/2020
 
Point of Contact
Michael J. Kassin, Phone: 2156566894, Robert W. Hutcheon, Phone: 2156562291
 
E-Mail Address
michael.j.kassin@usace.army.mil, robert.w.hutcheon@usace.army.mil
(michael.j.kassin@usace.army.mil, robert.w.hutcheon@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
CENAP-CT-CW Beta . SAM Class Code:� 20 Subject: Dry Brooks Day Use Area, Access Road and Parking Lots Repaving and Repairs Set-Aside: 100% Small Business Solicitation: W912BU20B0005 Responses Date: July 7, 2020 Place of Performance: Blue Marsh Lake, Leesport, PA, Berks County �DESCRIPTION �The Operations Division of the U.S. Army Corps of Engineers (USACE), Philadelphia District intends to award a firm fixed price contract to repair access roads and parking Lots of Dry Brooks Day Use Area, Blue Marsh Lake, Leesport, PA. Description of Work: The Dry Brooks Day Use Area access road is approximately 6500 feet long, providing primary access to several parking lots for picnic areas, a swimming beach and rest rooms. Approximately 27,000 Square Yards (SY) of access road and parking areas under the base contract will be milled and repaved. After full-depth removal of the existing asphalt, prepare the existing aggregate base course by nominally re-grading to re-establish proper grades and re-compacting. Pavement will be removed full-depth down to the existing aggregate base course and then replaced with new asphalt of the same or greater thickness. The depth of asphalt to be removed and replaced is estimated to be typically 3.5 inches thick. Increase the existing asphalt paved road width by 1 foot on both sides of the road. Millings should be stockpiled where directed by the Head Dam Operator for future maintenance use. Approximately 10,500 SY of additional parking and turn-around areas may be completed under three possible options depending on availability of funds. The purpose of this project is to reconstruct various sections of distressed asphalt concrete pavement, which is well beyond its service life. Reconstruction will typically involve demolition of the existing asphalt pavement by milling, preparing the existing aggregate base course, replacing any unstable subgrade areas, shoulder widening in a few areas, and placement of 4 inches of new hot mix asphalt pavement. A pavement drainage layer will also be added to the full pavement section in three localized areas exhibiting excessive damage. Pavement striping will be replaced in-kind. There is one culvert that will be extended due to shoulder extension to accommodate a wider pavement area in a location where vehicles currently drive on shoulder. The existing 18"" corrugated metal pipe (CMP) requires an 8 foot extension and new end section. There is a requirement for a 6"" aggregate bedding and a 12"" minimum of backfill cover over the extended pipe. �Solicitation Number W912BU-20-B-0005 will be issued on or about 4 June 2020 with bid opening date occurring at least 30 days after the Solicitation. The period of performance is 90 calendar days. Estimated cost range of the project is $1,000,000.00 to $5,000,000.00. This acquisition will be made using Invitation For Bid, a single award will be made as a whole, to the lowest priced, responsive bidder determined to be responsible in accordance with FAR Part 14 Procedures, as a set aside for small business procurement.� The closing is projected to be conducted on or about July 7, 2020 at 1:00 pm EST; however, this information is subject to change. Offerors should review the entire solicitation once it is posted. �The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database prior to award.� Affirmative action to ensure equal employment opportunity is applicable to the resulting contract.� The NAICS Code for this project is 237310. SBA Size Standard $39,500,000.00 All questions will be submitted via e-mail and have the solicitation�s number referenced in the subject line. All questions will be sent to: michael.j.kassin@usace.army.mil.� No written or fax requests will be accepted.� It is the contractor�s responsibility to monitor FBO for any amendments. �The solicitation will contain FAR 52.222-38 Compliance with Veterans� Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans� Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award.� If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100-customersupport@dol.gov �����������������������������������������������������������������������������������������������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d6ed81697a9142dbb842a9280efea000/view)
 
Place of Performance
Address: Leesport, PA 19533, USA
Zip Code: 19533
Country: USA
 
Record
SN05654302-F 20200514/200512230150 (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 |
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.