SOLICITATION NOTICE
Z -- Z--SHEN - REPAIR BMCG PAVEMENT
- Notice Date
- 4/2/2025 2:39:38 PM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- NER SERVICES MABO (43000) BOSTON MA 02108 USA
- ZIP Code
- 02108
- Solicitation Number
- 140P4225R0007
- Response Due
- 4/16/2025 2:00:00 PM
- Archive Date
- 05/01/2025
- Point of Contact
- De Leon, Wendy, Phone: 6172425681
- E-Mail Address
-
Wendy_Deleon@nps.gov
(Wendy_Deleon@nps.gov)
- Description
- THIS IS A PRESOLICITATION NOTICE. A REQUEST FOR PROPOSAL (RFP) WILL BE POSTED ON OR ABOUT May 1, 2025. The National Park Service, Northeast Region, Philadelphia Major Acquisition Buying Office intends to issue a Request for Proposal (RFP) for a firm fixed priced construction contract, subject to the Davis-Bacon Act to furnish all labor, supervision, supplies, equipment, tools, materials, all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for the project required to complete the work in accordance with the Contract Documents. BIG MEADOWS LOOP ROAD REPAIR-REPLACEMENT: This project will include the following but is not limited: � A 2-inch asphalt overlay will be applied throughout the access routes, including some sections that will be milled down 2 inches from the existing asphalt surface. This work will cover approximately 2.2 miles of single-lane roads and associated campsite parking areas. Specific areas identified in the drawings may require up to 3 inches of milling. � Full depth patching, repairing road edges, and crack sealing cracks wider than 1-inch following VDOT Sections 212 and 315. � Application of a tack coat prior to the Hot Mix Asphalt overlay on all surfaces, including milled and patched areas. � Removal and reinstallation of wheel stops, trash/recycling receptacles, or other objects as identified by the COR. Up to 19 new wheel stops will be provided by the government to replace broken or severely deteriorated ones. All objects that are removed shall be replaced in their original locations before removal. � Providing pavement markings according to existing pavement markings throughout the campground. � Adjustment of utilities to match final pavement elevations. (If applicable) � Disposal of milled material according to environmental regulations. � Potential slurry seal for parking areas and pull-ins not specifically identified for treatment. � Provide backfill and seed along edges of pavement �� or more above existing grade. Contractors must be registered in the System for Award Management (SAM) in order to participate in this requirement. The SAM can be found at https://www.sam.gov. Payments will be made via Electronic Funds Transfer using the data within the SAM registration database. NAICS: 237310 Highway, Street, and Bridge Construction; the small business size standard is $45 million. This requirement is being procured in accordance with Far Part 15 and Part 36 The order of magnitude for this project is estimated to be between $1,000,000 and $5,000,000. Location of Work: Shenandoah National Park, 3655 US HWY 211 East, Luray VA 22835 Estimated contract performance period is 75 days from notice of award. Interested contractors shall provide their capability information to include point of contact information including email and telephone. Clearly identify your socioeconomic status: (8(a), HUBZone, Service-Disabled Veteran, WOSB, EDWOSB, Small Business, etc.). Your response is due no later than 5:00 P.m. Alaska Time, April 16, 2016. All inquiries and questions shall be submitted in writing; no verbal questions will be accepted. For all emails include the following point of contacts: Wendy DeLeon at wendy_deleon@nps.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/76bf00c06aed44a5af5662ad8fd285ca/view)
- Record
- SN07394915-F 20250404/250402230049 (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 |