SOLICITATION NOTICE
Z -- Mill Creek Road Repair and Paving, Reservoir Road Walla Walla, Washington
- Notice Date
- 2/28/2020 2:21:19 PM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF20B0008
- Archive Date
- 04/30/2020
- Point of Contact
- David Boone, Phone: 509-527-7227, LeAnne R. Walling, Phone: 5095277230
- E-Mail Address
-
david.c.boone@usace.army.mil, leanne.r.walling@usace.army.mil
(david.c.boone@usace.army.mil, leanne.r.walling@usace.army.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- The U.S. Army Corps of Engineers (USACE) Walla Walla District intends to issue a construction solicitation for a project titled Mill Creek Road Repair and Paving. The work is located at Reservoir Road in Walla Walla, Washington. The requirement includes approximately 1 mile of reconstruction along Reservoir Road in Walla Walla, Washington and construction of concrete valley gutter at the parking lot for Lake Bennington and speed humps along the road. The roadway reconstruction will be accomplished using a milling machine or pulverizer. The existing asphalt concrete pavements will be milled to their full thickness. A portion of the milled materials will be borrowed for use as shoulder grooming material. The loose materials will be graded and compacted to construct the base course layer. 2 inches of crushed rock will be imported, fine graded, and compacted to construct the top course layer and the pavement subgrade per the design cross sections. Two 1 1/2 inch thick lifts of asphalt concrete will be placed to construct the 3 inch thick layer of new pavement. The shoulder grooming materials will be graded and compacted so the shoulder surfaces are flush with the new pavements (with no lane shoulder drop-off). Striping must be completed last. Only minimal amounts of the milled materials will need to be loaded and trucked anywhere.� Most of the milled material will be fine graded and compacted in place, where it will serve as base course for the new pavement section.� The road shoulder areas that will require shoulder grooming are not continuous because of guardrails.� Along much of the shoulder grooming areas, the affected area is limited to a narrow strip because of roadside ditches. A contractor storage and staging area will be made available at the Bennington Lake Boat Ramp parking lot, which is approximately 3/4 of a mile away from the site.� Another location will be made available, near the project office, at the end of the west road reconstruction segment.� Additionally, a loading and unloading area (for equipment) will be made available at the end of the east road reconstruction segment. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The solicitation will be issued as an Invitation for Bids (IFB). The Government will include options in the RFP. This acquisition will result in a single firm fixed-price contract. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Competition is restricted to SDVOSB small business concerns. A small business subcontracting plan is not required. Performance and payment bonds will be required for this project. The NAICS code for this procurement is 237310--Highway, Street, and Bridge Construction. The small business size standard is $39.5 million. The Magnitude of Construction is between $500,000 and $1,000,000. The solicitation will be made available for download on the beta.sam.gov Contract Opportunities website in late March 2020. Bidders are responsible for checking the referenced page for any updates to the Notice. The Government is not responsible for any loss of Internet connectivity or for a bidder�s inability to access the documents posted at the referenced website. A public bid opening will be held approximately 30 days after the solicitation is posted. The exact bid opening date will be indicated in the solicitation. The apparent low bidder will be requested to provide responsibility criteria in accordance with FAR Subpart 9.1. System for Award Management (SAM): Offerors must register in the SAM at https://www.sam.gov/portal/public/SAM/ prior to receiving an award. Point of contact for this procurement is David Boone, Contract Specialist at 509.527.7227 or david.c.boone@usace.army.mil. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THE SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRE-SOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/954b086677bd4ac183f7c66e235602a0/view)
- Place of Performance
- Address: Walla Walla, WA 99362, USA
- Zip Code: 99362
- Country: USA
- Zip Code: 99362
- Record
- SN05575837-F 20200301/200228230313 (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 |