SOLICITATION NOTICE
Z -- Repairs to McChord Bridge � Barnes Blvd
- Notice Date
- 12/21/2023 3:06:46 PM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW24B0Y1Y
- Response Due
- 1/8/2024 10:00:00 AM
- Archive Date
- 01/23/2024
- Point of Contact
- John McGuire, Phone: 360-640-8683, Brett Vegeto, Phone: 253-380-5542
- E-Mail Address
-
john.e.mcguire@usace.army.mil, brett.s.vegeto@usace.army.mil
(john.e.mcguire@usace.army.mil, brett.s.vegeto@usace.army.mil)
- Description
- This is a synopsis/pre-solicitation notice of a proposed contract action only. This is not an official solicitation or Invitation for Bid. The United States Army Corps of Engineers, Seattle District, intends to solicit bids for project entitled �Barnes Blvd J84004 - Repair McChord Bridge"" located on Joint Base Lewis-McChord (JBLM), WA. This synopsis is only a notification that a solicitation is anticipated and forthcoming. All questions regarding this synopsis should be submitted via email to the Contract Specialist, John McGuire, at john.e.mcguire@usace.army.mil. Construction Project: The Contractor shall furnish all labor, personnel, equipment, materials, operating supplies, tools, supervision, and transportation, in accordance with the plans and specifications to perform Repairs to McChord Bridge � Barnes Blvd. on Joint Base Lewis McChord, WA. ����������� Project Description (the below list is not all inclusive): Complete laboratory testing of soil to identify hazardous materials including heavy metals and petroleum product contamination. All labor, materials, and supplemental design necessary to manufacture, install and test a single demonstration pile (i.e., nonproduction pile). Construction of a single span concrete bridge (61 feet by 57 feet) and associated pile foundations and pre-cast concrete superstructure with abutment walls. Excavation, haul, and specified placement of approved soil to Gray Army Airfield or other approved JBLM waste site. Traffic Signal Antenna Installation. Installation of specified fiber optic cable strands, cable enclosures, splices, OSP copper and completing OSP testing allowance. (Draft) Contract Line Item Numbers CLIN� � � � � � � � � � � � � � � � Description 0001 - Barnes Blvd (J84004) Heavy Metal and Petroleum Soil Testing 0002 - Barnes Blvd (J84004) PFAS Soil Testing 0003 - Barnes Blvd (J84004) Demonstration Test Piles 0004 - Barnes Blvd (J84004) Stream Crossing Repair 0005 - Barnes Blvd (J84004) Excess Soil Excavation, Haul and Placement on JBLM 0006 -�Barnes Blvd (J84004) Telecom Cabling 0007 -�Barnes Blvd (J84004) New Sidewalks 0008 - Barnes Blvd (J84004) PFAS Groundwater Treatment and Testing 0009 - Barnes Blvd (J84004) PFAS and/or Heavy Metal and/or Petroleum Contaminated Soil Disposal Requiring Permitted Subtitle C Legal Landfill off JBLM In-accordance-with DFAR 263.204, the magnitude of construction for this anticipated contract is estimated to be between $10,000,000 and $25,000,000. The solicitation for this requirement will be issued as an Invitation for Bids (IFB), which will result in the award of a firm-fixed price contract for execution of the construction project described above. The acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 14, Sealed Bidding.� The Government has determined that this acquisition will be procured as a competitive 8(a). The North American Industry Classification System (NAICS) code for this requirement is 237310 � �Highway, Street, and Bridge Construction;� Small Business Size Standard: $45M. For the purposes of this procurement, a firm must be registered with the 8(a) Business Development Program to be eligible for award. The Government anticipates posting Solicitation Number W912DW24B0Y1Y for this requirement to the System for Award Management (SAM) website (https://sam.gov/) on or about 15 January 2024. Bids will be due no sooner than 30 calendar days after the actual solicitation issuance date. See the solicitation for details about the bid opening. A pre-bid/site visit will be offered approximately two (2) weeks after the solicitation is posted. Refer to the solicitation for details regarding the pre-bid/site visit. The Government will issue the solicitation documents for this requirement in electronic format only, which will only be available online through the System for Award Management (SAM) website under the solicitation number. No CDs or hard copies will be made available. The Government will not honor telephonic or email requests for the solicitation. Bidders are responsible for checking for any update(s) to the solicitation. The Government is not responsible for any bidder's loss of internet connectivity or for a bidder's inability to access the document(s) posted at the referenced website. Any SAM Response Date listed elsewhere in this synopsis/pre-solicitation notice are for SAM archival purposes only. They may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that may be issued. Interested bidders must be registered in the System for Award Management (SAM) database (https://sam.gov/) to be eligible for award of a government contract. Contractors are encouraged to register as soon as possible. Federal Acquisition Regulation (FAR) 52.204-7, System for Award Management, will be incorporated into the solicitation. For information or assistance with registering in the SAM database, go to https://sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d7f931dcb86e439c80a8bf8860db575c/view)
- Place of Performance
- Address: Tacoma, WA 98443, USA
- Zip Code: 98443
- Country: USA
- Zip Code: 98443
- Record
- SN06919765-F 20231223/231221230047 (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 |