Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2020 SAM #6705
SOURCES SOUGHT

99 -- Road Repairs / Repaving Blue Marsh Lake, Leesport, PA

Notice Date
4/6/2020 4:49:04 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU20B0005
 
Response Due
4/21/2020 10:00:00 AM
 
Archive Date
05/06/2020
 
Point of Contact
Michael J. Kassin, Phone: 2156566894, Robert W. Hutcheon, Phone: 2156562291
 
E-Mail Address
michael.j.kassin@usace.army.mil, robert.w.hutcheon@usace.army.mil
(michael.j.kassin@usace.army.mil, robert.w.hutcheon@usace.army.mil)
 
Description
Agency/Office: US Army Corps of Engineers Location: USACE District, Philadelphia Title: Blue Marsh Lake Parking and Access Road Repairs and Repaving Action Code: Sources Sought Class Code: Y NAICS Code 237310 Highway, Street and Bridge Construction Subject: Market Survey, maintenance road repair asphalt milling and repaving, Pennsylvania� Solicitation No.: W912BU20B0005 Response Date: TBD Place of Performance: Blue Marsh Lake, Dry Brooks Day Use Area; Berks Country, Leesport, Pennsylvania The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract for work that consists of construction of road and parking lot repaving at the Blue Marsh Lake Dry Brooks Day Use Recreational Area. This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. �A Market Survey is being conducted to gain knowledge of potential qualified Small Business firms, HUBZone, 8(a), Women-Owned, or Service Disabled Veteran Owned Business contractors or for any information pertinent to this industry as part of our ongoing Market Research for the following proposed contract: Description of Work:� The Dry Brooks Day Use Area access road is approximately 6500 feet long, providing primary access to several parking lots for picnic areas, a swimming beach and rest rooms.� Approximately 27,000 Square Yards (SY) of access road and parking areas under the base contract will be milled and repaved.� Approximately 10,500 SY of additional parking and turn-around areas may be completed under three possible options depending on availability of funds.� The purpose of this project is to reconstruct various sections of distressed asphalt concrete pavement, which is well beyond its service life.� Reconstruction will typically involve demolition of the existing asphalt pavement by milling, preparing the existing aggregate base course, replacing any unstable subgrade areas, shoulder widening in a few areas, and placement of 4 inches of new hot mix asphalt pavement.� A pavement drainage layer will also be added to the full pavement section in three localized areas exhibiting excessive damage.� Pavement striping will be replaced in-kind. There is one culvert that will be extended due to shoulder extension to accommodate a wider pavement area in a location where vehicles currently drive on shoulder. The existing 18"" corrugated metal pipe (CMP) requires an 8 foot extension and new end section. There is a requirement for a 6"" aggregate bedding and a 12"" minimum of backfill cover over the extended pipe. The contract duration for construction is anticipated at approximately 90 calendar days and the magnitude of this construction project will be between $1,000,000.00 and $5,000,000. NAICS: 237310 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. Offerors should review the entire solicitation once it is posted. Solicitation documents, plans, and specifications will only be available via the SAM.FBO Federal Business Opportunities (FBO) homepage located at https://www.beta.sam.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 SAM.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. 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. 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. Any contract awarded from the solicitation will contain Liquidated Damages, FAR 52.211-12 - Liquidated Damages - Construction, the amount will be published with the solicitation. IAW FAR 52.204-7, prospective vendors must be registered in the SAM database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at https://www.sam.gov Contracting Office Address: USACE CENAP-CT-CW, 100 Penn Square East Wanamaker Bld (RM 643), Philadelphia, PA 19107-3390 Responses should be sent to Michael J. Kassin at michael.j.kassin@usace.army.mil on or before April 21, 2020 at 1:00 PM EST. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/54274929cdda46488ebfb96e75f0b5e9/view)
 
Place of Performance
Address: Leesport, PA 19533, USA
Zip Code: 19533
Country: USA
 
Record
SN05612031-F 20200408/200406230150 (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 |
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.