Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2020 SAM #6790
SOLICITATION NOTICE

Z -- NOAA Wallops Road Repair

Notice Date
6/30/2020 7:03:23 AM
 
Notice Type
Presolicitation
 
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
7/14/2020 11:00:00 AM
 
Archive Date
07/29/2020
 
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
SUBJECT: ADVERTISEMENT OF NOAA WALLOPS ROAD REPAIR, LOCATED IN ACCOMACK COUNTY, VIRGINIA The Norfolk District, Corps of Engineers will be issuing a solicitation for a 100% SMALL BUSINESS SET-ASIDE, firm fixed price, Invitation for Bid (IFB) for the NOAA Wallops Road Repair project located in Accomack County, VA. Wallops Command and Data Acquisition Station (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 Phase II, 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. Liquidated Damages shall be assessed in the amount of $1,010.00 for each day of delay. The Magnitude of Construction is between $500,000.00 AND $1,000,000.00. The NAICS code applicable to this requirement is 237310, with a small business size standard of $39.5 million. The effort will be solicited and awarded utilizing the Sealed Bid procedures under FAR Part 14.� THIS IS A 100% SMALL BUSINESS SET-ASIDE. The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR 36 and FAR 14. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. Bid bonds will be required with bid submittals. CONSTRUCTION TIME��������� ������������������������ Performance shall begin within 15 calendar days and complete all work within 208 calendar days of receipt of Notice to Proceed (NTP).�� The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available.� Other methods of requesting a package will not be honored. This solicitation will be posted on the beta.SAM.gov website at https://beta.sam.gov on/about 14 July 2020. The proposal due date shall be at least 30 days after the IFB is posted on the beta.SAM.gov website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. Search on W91236% for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered Vendors in order to download plans and specifications. Prospective contractors MUST be registered in the DOD System for Award Management (SAM) database in order to obtain access to beta.SAM.gov. It is incumbent upon vendors to monitor beta.SAM.gov for the release of the solicitation, specification, drawings, and all subsequent amendments. SAM Registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at http://www.sam.gov. Lack of registration in the SAM database will prevent access to beta.SAM.gov and will make a Bidder ineligible for award. Inquires may be directed to Axel Doody by email at Axel.F.Doody@usace.army.mil cc�d Eartha D. Garrett at Eartha.D.Garrett@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a6f2a65009f54774840423319ad0dfd9/view)
 
Place of Performance
Address: Wallops Island, VA 23337, USA
Zip Code: 23337
Country: USA
 
Record
SN05707978-F 20200702/200630230143 (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.