Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2012 FBO #3861
MODIFICATION

Z -- Replacement of Floral Drive Bridge deck and associated Patrol Road, USAG Adelphi Laboratory Center, Adelphi, Maryland.

Notice Date
6/18/2012
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-S-0029
 
Response Due
6/20/2012
 
Archive Date
8/19/2012
 
Point of Contact
Mark Cap, Phone: 410-962-3455
 
E-Mail Address
Mark.Cap@usace.army.mil
(Mark.Cap@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The project will consist of removal of the entire bridge deck to include the, parapet walls, sidewalk, and stay in place metal forms, down to the steel stringers, and replace same with a similar structure per the design documents. Some minor patching of the bridge piers and abutments will also be required. The bridge will be upgraded to current codes and MSHA standards. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITIATION IS CURRENTLY AVAILABLE. The NAICS Code for the proposed acquisition is 237310, Highway, Street, and Bridge Construction. The small business size standard is $33.5 million. The Product Service Code (PSC) is ZL2B. The order of magnitude is between $1,000,000 and $5,000,000. During the phased construction, traffic will have to be maintained on one lane of the two lane bridge at all times, and a temporary traffic signal installed at both ends of the bridge. The stream below the bridge will have to be protected from pollution from the demo and construction. No other environmental impacts are anticipated. Also included in this contract will be the repair of a fire and security road - Patrol Road -around the perimeter of the site. This repair will encompass the grading of portions of the one lane road that are gravel and milling and overlay of portions of the road that have asphalt surfaces. All contractor employees working at the project site on USAG Adelphi must possess a social security card. Employees must be either a US citizen, green card holder, or in possession of a workers permit. These requirements with no exceptions must be met to be granted access to work on USAG Adelphi. Additionally, it would be a benefit to the offeror to have engineering and construction personnel familiar with USACE standards and practices for military construction projects. Small businesses pursuing prime contractor opportunity should submit a narrative demonstrating their experience in the type of work for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Qualified Small Businesses submit the following information: 1. Company name, address, phone number, point of contact. 2. Indicate business size in relation to the NAICS code 237310. Provide your company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Contractors must be registered in CCR and Online Representations and Certifications Application (ORCA) at time of contract award. Please see www.ccr.gov and www.bpn.gov for additional registration information. 3. Indicate the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in type of work at the similar contract value in similar type of location. 4. Provide three (3) examples of projects similar to requirements described above within the past 5 years. Include point of contact information for examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. Total submittal shall be no longer than eight (8) pages in one.pdf file. 7. Email responses are required. In addition, this Sources Sought is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered. All information submitted will be considered procurement sensitive and is being used as a market research tool only. All technical and contractual questions may be sent electronically to the point of contact below. All responses to this announcement may be sent electronically to Major Mark Cap at mark.cap@usace.army.mil no later than 2:00PM EST. 20 June, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0029/listing.html)
 
Place of Performance
Address: USAG Adelphi Laboratory Center, 2800 Powder Mill Road, Adelphi, Maryland, 20783-1197, United States
Zip Code: 20783-1197
 
Record
SN02778867-W 20120620/120618235210-e824c8c9cfea13c2d2ff3ab16b3c14ac (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 |
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.