SOLICITATION NOTICE
38 -- Construct, repair, and resurface existing roads at the Warren, Ohio Depot.
- Notice Date
- 8/14/2006
- Notice Type
- Solicitation Notice
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense National Stockpile Center, 8725 John J. Kingman Road Suite 3229, Fort Belvoir, VA, 22060-6223
- ZIP Code
- 22060-6223
- Solicitation Number
- SP800006R0014
- Response Due
- 9/14/2006
- Archive Date
- 9/29/2006
- Small Business Set-Aside
- Total Small Business
- Description
- Offers due on September 14, 2006 at 2:00 pm EST. The solicitation will be posted in its entirety on September 16, 2006 or before. Section C - Descriptions and Specifications STATEMENT OF WORK A. The road repair and/or resurfacing shall include but not limited to the following warehouse approaches, roadways and limestone roads at Warren, OH. The following new warehouse approaches will be constructed and coated with asphalt overlay: West wall of Warehouse #1 Section A south door, Section B middle door, Section C southwest door, Section D southwest door, Section E middle door and Section F south door. West wall approaches for Warehouse 1 are to be approximately 32 feet long, 14 feet wide. South wall of Warehouse # 1 Section F door, the approach will be approximately 27 feet long and 14 feet wide. East wall of Warehouse #2 Sections: Section 2A south door, Section 2B north door, Section 2A north door, Section 2B north door, Section 2C north door, Section 2D north door, Section 2E north door. All approaches for Warehouse 2 will be approximately 10 feet long, 12 feet wide. Two new connecting roadways will be constructed and coated with asphalt overlay on the south end and north end of Warehouse #2. (See attached map). The perimeter road in its entirety will be resurfaced 14 feet wide and 9,801 feet long and compacted with limestone. The approach roadway to the scale house from the west fence line will be resurfaced 14 feet wide by 680 feet long and compacted with limestone. The entire depot roadway of approximately 31,630 linear feet along with resurfaced approaches to the warehouse will be coated with asphalt overlay along with any necessary site work such as but not limited to: pole hole and crack repair. The background specifications are stated for information purposes and are based upon the best information available to the Government at the time of issuance of this solicitation. The Contractor, however, is responsible for the performance of all necessary services to accomplish the intent of this contract. The Contractor shall promptly, and before the conditions are disturbed, give a written notice to the Contracting Officer of subsurface or latent physical conditions at the site which differ materially from those indicated in this requirement. B. REQUIREMENTS 1. The contractor shall propose a firm, fixed price to include all equipment, materials, landscaping, drawings and design required to repair and/or resurface existing roads per background information with identical or better capabilities at the DNSC Warren, OH Depot, IAW acceptable local Department of Transportation practices and standards. This price shall include all labor, supervision, common design work, materials, and supplies and shall include all considerations for administration, overhead, profit, grinding, milling, and , drawings. The proposed prices shall be itemized by each specific task. i Develop a work plan to identify and schedule all tasks required to repair and/or resurface roads and its components prior to award. This work plan shall be approved by the Government prior to proceeding with the road resurfacing. Inspections shall be sufficiently comprehensive to ascertain functional disposition of the roads its components. ii. The work plan shall include all tasks, and A&E required constructing, repairing and/or resurfacing existing roads per drawing. . iii. The overall strategy of the work plan and preliminary design shall describe a comprehensive process that conforms to Local Department of Transportation practices and standards for each of the repaired and/or resurfaced road components and address all local, state and federal regulations and/or applicable permits. Conflicts in codified requirements will be reconciled in favor of the more stringent guidance. 2. A passable road surface that will support continuous operation of vehicles with Gross Vehicle Weights (GVW) up to 80,000 lbs., at a traffic rate of approximately 7 ? 10 trucks per day, for a period of ten (10) years after completion with only nominal repairs (e.g. pot holes and stress fractures in the top coat). 3. All finished intersections and curved sections shall have radii sufficient to accommodate smooth, unimpeded turns by tractor trailer traffic in combinations as long as 80 feet. 4. The width of finished roads shall permit passage of two vehicles side by side. Minimum width of improved roads shall not be less than 24 feet, but may be wider when matching the width of existing road surfaces. 5. Preparation: i. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by road repair operations. ii. Preparation of sub grade for earthwork operations including removal of vegetation, topsoil, debris, obstructions, and deleterious materials from ground surface. iii. Protect and maintain erosion and sedimentation controls. iv. Provide protective insulating materials to protect sub grades and foundation soils against rain fall and water runoff if necessary. 6. Any damage done to existing surfaces, as a result of work to be performed under this proposal, shall be repaired by the contractor, at no additional cost to the Government. All such repairs shall bring these surfaces up to a condition equal in appearance to that at the start of this contract and shall be approved by the Government?s Representative. 7. The work under this proposal shall be performed in a neat and workmanlike manner. The Contractor shall collect, remove and dispose of trash or debris in accordance with applicable Federal, State, and Local regulations. The Contractor shall transfer waste to qualified landfills that are certified by the local government. 8. The contractor will be responsible for providing all necessary means of protection both to existing building, environment, ground water and to all Government personnel, non-Government personnel (including visitors) and his/her work force utilizing or performing work on the site. This shall include but not be limited to the following means of protection: safety nets, bracing (structural-type), safety barricades, warning signage, etc. 9. The contractor shall verify with the Depot manager, the types of hazardous materials stored within each building, under this proposal. The contractor will be responsible for providing his/her personnel with all necessary protective devices as covered by the provisions mentioned in the OSHA standards. 10. Warranty: The contractor shall provide a warranty consistent with his/her performance requirement. Any replacement, repair, or performed work and services furnished by the contractor under aforesaid warranty shall carry warranties on the same terms and conditions or said replacement, repair, or re-performed work and services. C. SUBMITTALS The submittals listed below are required with the offer. The Contracting Officer will approve them prior to award. 1) The contractor shall provide a work plan for the article(s) and/or work described in the paragraph ?Requirements? above. Plans describing the road repair and/or resurface work process will be submitted with the contractor?s proposal. This plan shall be approved by the Government. 2) Within two (2) weeks after award the contractor shall submit a quality surveillance plan that provides comprehensive oversight of article(s) and/or work described in the paragraph ?Requirements? above. Quality Surveillance Plan describing the road repair and/or resurface work process will be submitted for approval by the Government. 3) The Contractor shall provide and maintain a list of employees who are authorized to perform work under this contract. All such employees must provide valid state and/or federal government identification. Each employee who will operate a vehicle which exceeds 10,000 Gross Vehicle Weights (GVWs) must provide a commercial driver?s license. 4) The name, addresses, and permit/license number of the landfill(s) that will be used for this contract. See Requirements section 1 paragraph 7. 5) The contractor must provide a copy of all licenses for employees to perform repairs if required by Federal, State or Local regulations. 6) A certified record of all post construction inspection results shall be provided to the Contracting Officer Representative (COR) prior to payment of invoice. 7) Performance and Payment Bonds shall be submitted in the amount of 100% of the contract price prior to the issuance of the notice to proceed. The submittal listed below is required prior to final payment. 8) Warranty. See Requirements Secion, paragraph 10. D. QUALITY ASSURANCE and Acceptance The COR shall have a neutral party of sufficient expertise to inspect work described in the paragraph ?Requirements? completion to ensure the roads and its components are properly designed and constructed.
- Place of Performance
- Address: DLA DNSC WARREN, OHIO DEPOT, Pine Street Extension, Warren, Ohio
- Zip Code: 44482-9999
- Country: UNITED STATES
- Zip Code: 44482-9999
- Record
- SN01114008-W 20060816/060814220056 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |