SOLICITATION NOTICE
Z -- Repair Storm Damaged Canal Lock historic Patowmack Canal, Great Falls Parks, Mc
- Notice Date
- 4/20/2018
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NPS, WASO - WCP Contracting P.O.Box 25287 MS WCP Denver CO 80225 US
- ZIP Code
- 00000
- Solicitation Number
- 140P2118R0013
- Response Due
- 6/15/2018
- Archive Date
- 6/30/2018
- Point of Contact
- Rushlow, Sheila
- Small Business Set-Aside
- Total Small Business
- Description
- The National Park Service, Washington Contracting Office, Historic Preservation Training Center, is soliciting proposals for all labor, materials and equipment necessary to complete work for the ¿Repair Storm Damaged Canal Lock ¿ project at the historic Patowmack Canal in Great Falls Park, McLean, Virginia. The full project scope is outlined in the Drawings and Specifications that will be attached to the Solicitation posting. Masonry restoration work including replacing missing wall stones, resetting shifted stone walls, setting new capstones and reporting the masonry walls of Lock 2 will be performed by others and is Not in Contract (NIC). The Scope of Work is identified as the Basic Requirement and Additives. A brief summary of the Basic Requirement work follows: A) Removal of an existing subsurface drainage system and components within Lock 2. This includes approximately 125 linear feet of storm sewer, its ends section and an existing culvert. B) Installation of a subsurface drainage within Lock 1 ¿ Lock 2 Passage, Lock 2 and the Lock 2-3 passages. This includes: --Exploratory digging to confirm as-built documentation of a 6 ¿ perforated underground drain pipe. --Excavation to specified invert elevations (approximately 85 cubic yards).--Installation of approximately 250 linear feet of 18 ¿ diameter corrugated steel pipe.--Installation of approximately 120 linear feet of 30 ¿ diameter corrugated steel pipe.--Installation of concrete endwall and two storm inlets. --Backfill and installation of engineered fill. C) Installation of approximately 155 square yards of gabion structure to stabilize portions of the historic canal walls to minimize further erosion of the storm-damaged masonry and to facilitate drainage within Lock 2. D) Regrading and restoration of the site to prior conditions. E).Temporary stabilization of the masonry canal and prism walls is required during construction activities. Additive work follows: A) Record documents indicate two, 6 ¿ and one, 8 ¿ drainage pipe exist within the project area. Exact locations are unknown. Additives have been developed for incorporation of these pipes into the Lock 2 drainage system. Final treatment will be determined after conditions are revealed. All treatment options shall be priced as part of the cost proposal. B) Revegetation of disturbed areas in native grasses. C) At a minimum, the standard gabion at the retaining structure at the Tiered Endwall shall be installed as identified above in the Basic Requirement. Depending upon pricing, the Government may choose to install either two (2) exposed, standard gabion systems or two (2) exposed green gabion systems at the Tiered Endwall Retaining Structure and the Retaining Structure in Land Side Lock 2 Wall. D)The duties of the Quality Control Manager performed by a separate individual other than the Superintendent. The estimated construction range for this project is between $500,000 and $1,000,000. A tentative date for the Preproposal Conference and Site Visit is scheduled for May 29, 2018 at 12:00 p.m. however the issued Solicitation shall be checked to verify the final date. The meeting location address is: 9200 Old Dominion Drive, McLean, VA. We will meet in the courtyard outside the Visitor Center. Proposals will be evaluated by the Technical Evaluation Panel using the Evaluation Criteria and assigned weights identified in Sections L and M of the Solicitation. The Government anticipates award of a firm-fixed price contract on or before August 30, 2018. The Solicitation with be issued electronically on the Federal Business Opportunities Website https://www.fedbizopps.gov with a link for further connection to FedConnect at https://www.fedconnect.net. Offerors interested in the doing business and receiving a copy of the Solicitation must register on both the Fed Biz Opps (www.fedbizopps.gov) and Fed Connect (https://www.fedconnect.net) websites. The Solicitation with specifications shall be posted on or about May 18, 2018. NO HARD COPIES OF THE PACKAGE WILL BE ISSUED. A hard copy of the Technical and Business proposal shall be submitted to the address identified in the Solicitation package, on or before 12:00 p.m. local prevailing time on June 15, 2018. The point of contact for inquiries and clarifications is Sheila Rushlow, Contracting Officer, Telephone Number (240) 439-0215, Facsimile Number (301) 663-8032 or Email address sheila_rushlow@nps.gov. This Solicitation set-aside for a Small Business, NAICS Code, 237990. The size Standard is $36.5 million average annual receipts for the last three years.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P2118R0013/listing.html)
- Record
- SN04896255-W 20180422/180420230612-a8ff4fd09110bc7789ca3030e050cf7e (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 |