Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2017 FBO #5714
SOLICITATION NOTICE

Z -- St. Georges Bridge Repairs St. Georges, Delaware

Notice Date
7/14/2017
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-17-B-0018
 
Archive Date
9/13/2017
 
Point of Contact
Robert R Hilton, Phone: 2156566911
 
E-Mail Address
robert.r.hilton@usace.army.mil
(robert.r.hilton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Philadelphia District, intends to Contract work consists of the repair deficient fracture critical steel members including the main span tie girder and approach span floor beams. Bridge painting, fastener replacement, structural steel hole repairs, end floor beam cover plate repairs, and deck joint strip seal replacement on the St. Georges Bridge, St. Georges, Delaware. This contract will consist of a base and three options. Base: Steel work on St Georges (except floor beams on South approach). Option 1: South approach floor beams, Option 2: Concrete North side of bridge, and Option 3: Concrete South side of bridge. This acquisition will be made using sealed bidding, a single award will be made as a whole, to the lowest priced, responsive bidder determined to be responsible in accordance with FAR Part 14 Procedures. Issue date for the Invitation For Bids (IFB), Solicitation No. W912BU-17-B-0018 is anticipated on or about July 28, 2017, as an unrestricted procurement. The bid opening is projected to be conducted 29 August 2017 at 11:00 a.m. EST; however, this information is subject to change. Offerors should review the entire solicitation once it is posted. Bonding will be required; at the time of bid opening, by separate Bid Bonds; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. Estimated cost range of this project is $1,000,000.00 - $5,000,000.00. Performance and Payment Bonds will be required for 100% of contract award. The NAICS Code for this project is 237310 and the small business size standard is $36.5 Million. SITE VISIT: The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, bidders are urged and expected to inspect the site where the work will be performed. An organized site visit will be arranged within 10 days of the solicitation posting; actual date and time TBD. Bidders wishing to attend the organized site visit must contact the POC identified in the solicitation within 5 days of the posting date of the solicitation. Attendance is not mandatory, but is strongly encouraged. Solicitation documents, plans, and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans' Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans' Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100-customersupport@dol.gov. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database prior to award. Davis-Bacon rates will be applicable to the construction. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract. The Davis-Bacon rate applicable to the construction and the actual Liquidated Damages will be specified in the actual solicitation. Responses should be sent to Robert Hilton at robert.r.hilton@usace.army.mil on or before 29 August 2017 at 11:00 AM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-B-0018 /listing.html)
 
Place of Performance
Address: St. Georges, Delaware, United States
 
Record
SN04580616-W 20170716/170714235411-f4e79aa05820b96d7f413f26dee88b2e (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.