Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 29, 2023 SAM #7823
SOLICITATION NOTICE

Y -- TYAD UTILITIES

Notice Date
4/27/2023 10:29:09 AM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19106-3400 USA
 
ZIP Code
19106-3400
 
Solicitation Number
W912BU23R0026
 
Response Due
5/11/2023 12:00:00 PM
 
Point of Contact
Deah Gerard-May, Phone: 2156566923, CHERITA L.WILLIAMS, Phone: 215-656-6775
 
E-Mail Address
Deah.L.Gerard-May@usace.army.mil, cherita.l.williams@usace.army.mil
(Deah.L.Gerard-May@usace.army.mil, cherita.l.williams@usace.army.mil)
 
Description
TYAD Utilities Upgrade Synopsis The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract for a �Design Bid Build acquisition to replace the existing sanitary, water and storm systems and repave existing roadways.� The work is located at the Tobyhanna Army Depot, Tobyhanna PA. The NAICS Code for this project is 237110. Water and Sewer Line and Related Structures Construction and the size standard is $39.5 Million. Estimated magnitude of construction range of the project is $25M - $100 Million dollars. This project will be advertised as unrestricted/full and open competition. Solicitation. Solicitation No. W912BU23R0026 will be issued on or about 15 May 2023. Proposal will be due on 15 June 2023 at 5:00 p.m. Payment and Performance Bonding will be required after award but before Notice to Proceed. The contract period of performance is 730 days after receipt of Award/Notice to Proceed. Solicitation documents, plans and specifications will only be available �via the SAM.gov homepage located at https://www.SAM.gov/. Registration for plans and specifications should be made via SAM 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 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 VETS100A 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 insure equal employment opportunity is applicable to the resulting contract. Questions regarding this notice should be directed to Deah.L.Gerard-May@usace.army.mil. The scope of work for this project at Tobyhanna Army Depot is to replace the existing sanitary, water and storm systems and repave existing roadways as shown in the design plans and according to the project breakout and phasing as demonstrated in the Design Analysis Report. The new storm system and roadways will only be installed in the Army Depot's secured Industrial Area generally defined as the area within First Street to Sixth Street and Gibbs Street to Myer Street and including Electronics Drive. The existing sanitary sewer mains will be removed and replaced generally in place with new PVC mains, and existing manholes will be replaced with precast concrete manholes. Sanitary sewer service lines to adjacent buildings will be replaced to within 5 feet of the building and new cleanouts will be installed. Some existing sanitary manholes and mains will be abandoned in place and filled with flowable fill as depicted in the design plans. The existing water mains, valves and fire hydrants will be replaced generally, in place with new ductile iron mains, valves and fire hydrants and protective bollards. Water and fire connections to the mains will be re-connected to the new mains as depicted in the design plans. Some existing water mains will be abandoned in place and filled with flowable fill as depicted in the design plans. Install new air vacuum valves and vaults as shown in the design plans.������������������������������������ Portions of the existing storm system within the Industrial Area will be replaced and supplemented with new RCP pipe and precast concrete inlets. Portions of the existing storm system mains to the outfalls will be lined as depicted in the design plans. Connections to the storm sewer mains from building downspouts will be provided as depicted in the design plans. The paving of the main roadway network within the Industrial Area will be replaced with new paving to enable more efficient and sufficient drainage of storm runoff. Affected sidewalks will be replaced and parking areas will be milled and overlaid as shown in the design plans. New striping for travel way lines, parking areas and crosswalks will be replaced in kind or as otherwise shown on the design plans. Location The work is located at the Tobyhanna Army Depot, Tobyhanna, PA, approximately as indicated. The exact location will be shown by the Government Designated Representative (GDR). OCCUPANCY OF PREMISES Building(s) will be occupied during performance of work under this Contract. Occupancy notifications will be posted in a prominent location in the work area. Ensure there is always proper means of access and egress to/from the building safely through the work site if necessary, in clearly marked and protected pathways. Any building entrance closures must be approved by the GDR. Before work is started, arrange with the GDR a sequence of procedure, means of access, space for storage of materials and equipment, and use of approaches, corridors, and stairways. EXISTING WORK In addition to FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements: a. Remove or alter existing work in such a manner as to prevent injury or damage to any portions of the existing work which remain. b. Repair or replace portions of existing work which have been altered during construction operations to match existing or adjoining work, as approved by the GDR. At the completion of operations, existing work must be in a condition equal to or better than that which existed before new work started. c. Remove all temporary construction access/egress elements and return the any alteration made during the construction period to and acceptable finished quality level. LOCATION OF UNDERGROUND UTILITIES Obtain digging permits prior to start of excavation, and comply with Installation requirements for locating and marking underground utilities. Contact local utility locating service a minimum of 48 hours prior to excavating, to mark utilities, and within sufficient time required if work occurs on a Monday or after a Holiday. Verify existing utility locations indicated on contract drawings, within area of work. Identify and mark all other utilities not managed and located by the local utility companies. Scan the construction site with Ground Penetrating Radar (GPR), electromagnetic, or sonic equipment, and mark the surface of the ground or paved surface where existing underground utilities are discovered. Verify the elevations of existing piping, utilities, and any type of underground or encased obstruction not indicated, or specified to be removed, that is indicated or discovered during scanning, in locations to be traversed by piping, ducts, and other work to be conducted or installed. Verify elevations before installing new work closer than nearest manhole or other structure at which an adjustment in grade can be made.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3243c14a4f384d76ac42be3f628b275b/view)
 
Place of Performance
Address: Tobyhanna, PA 18466, USA
Zip Code: 18466
Country: USA
 
Record
SN06664548-F 20230429/230427230107 (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.