SOLICITATION NOTICE
Z -- Guardrail Installation Franklin, New York
- Notice Date
- 4/16/2024 12:05:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR-24-R-0026
- Response Due
- 5/3/2024 8:00:00 AM
- Archive Date
- 06/16/2024
- Point of Contact
- Robert Ferebee, Phone: 4109621725, Nicole Brookes, Phone: 4109622935
- E-Mail Address
-
robert.l.ferebee@usace.army.mil, nicole.c.brookes@usace.army.mil
(robert.l.ferebee@usace.army.mil, nicole.c.brookes@usace.army.mil)
- Small Business Set-Aside
- WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- This is a combined synopsis/solicitation�for�commercial products�or�commercial services�prepared in accordance with the format in�subpart� 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only�solicitation; proposals are being requested and a written�solicitation�will not be issued. Solicitation�number, W912DR24R0026, is being issued as a request for proposal (RFP). The�solicitation�document and incorporated provisions and clauses are those in effect through Federal�Acquisition�Circular 2024-03. This acquisition will be a 100% Women Owned Small Business (WOSB) set-aside under NAICS code 237310 ($45M size standard), and Product Service Code Z1LB. The Contractor, as an independent Contractor and not as an agent of the Government, shall furnish all labor, supervision, materials, equipment and supplies to perform work in accordance with the specifications of the Scope of Work. Item��������������� Description���������������������������������������� ����������� Unit���������������������������� Amount 001��� ������������� Demolition and installation �������������������������� Job The period of performance (POP), 180 days, will begin 7 days after receiving Notice to Proceed (delivery and acceptance will occur at the place of performance, East Sidney Dam Crest Franklin New York, in Delaware County (FOB: Destination). FAR provision 52.212-1, Instructions to�Offerors-Commercial Products�and�Commercial Services, applies to this�acquisition. FAR provision�52.212-2, Evaluation-Commercial Products�and�Commercial Services, has been included and the specific evaluation criteria to be included are as follows: Technical Past Performance Price �Award will be made for the lowest-price, technically acceptable offer. Please be sure to fill out FAR provision 52.212-3,�Offeror�Representations and Certifications-Commercial Products�and�Commercial Services, located in Section 72 of the attached SF1442. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Products�and�Commercial Services, applies to this�acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products�and�Commercial Services, applies to this�acquisition. The following additional FAR clauses have been incorporated by reference in this clause and are applicable to the�acquisition: FAR 52.203-19, FAR 52.204-23, FAR 52.204-25, FAR 52.209-10, and FAR 52.233-4. This acquisition will be procured using a Fixed-Firm Price contract and is not applicable to the Defense Priorities and Allocations System (DPAS). Offerors are asked to respond to this RFP by submitting a proposal to Contract Specialist, Robert Ferebee, at robert.l.ferebee@usace.army.mil and Contract Officer, Nicole C. Brookes, at nicole.c.brookes@usace.army.mil no later than 11:00 A.M. on 03�May 2024. If there are any questions regarding this RFP, please contact Robert Ferebee via email.. All questions shall be submitted via e-mail to robert.l.ferebee@usace.army.mil no later�than�19 April 2024 at 11:00 AM ET. DISCLAIMER: The Government is not liable for information furnished by any other source. This will normally be the only method of distributing information. Therefore, it is the responsibility of any interested parties to check the website periodically for any further postings. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for inabilities to access the documents posted on the referenced web pages. Interested parties should refresh the page periodically when accessing. The government will not issue paper copies. General:� East Sidney Lake is in Delaware County, NY, on the Ouleout Creek five miles upstream from the town of Unadilla, NY. The project provides flood damage reduction and recreation opportunities.� The dam is a concrete structure with an earthen embankment on the right (looking downstream) side of the concrete structure with a paved roadway. To improve safety a new guardrail will be installed as described herein and on contract documents.� �� Existing Conditions: The existing guardrail is a triple cable system that is no longer at the correct grade.� This is due to recent rehabilitation and paving to the dam crest that raised the crest several inches to several feet across the crest. Site Access:� Access to the site is available via Sidney Wells Bridge Road to Triverfield Road (See Attachment 1) from NY Route 357.� The access road is a privately owned and maintained road with keyed/gated access.� Government personnel will provide site access to the Contractor for the duration of the inspection and construction effort.� The road varies from 20 to 30 feet wide. A site visit is highly recommended by prospective bidders to view the access conditions, and other features of work before bidding on the work described herein. The US Army Corps of Engineers at East Sidney Dam, New York require the replacement of the 2,500 feet of guardrail on the dam crest access road.� The new guardrail will be a galvanized steel W-beam with steel I-beam posts and will meet or exceed New York Department of Transportation and Federal Highway Administration standards and specifications.� This statement of work includes providing all labor, supervision, materials, equipment, supplies and disposal of existing guardrail to complete the following: Task 1: Installation of new Galvanized steel guardrail Guardrail Remove existing guardrail cables and posts and install a new galvanized W-beam steel guardrail with steel I-beam posts along the roadway on the dam crest.� The new guardrail will extend the length of the current guardrail, comply with NY State DOT guardrail requirements in material, height, and distance from road edge.� The old guardrail posts, cables and other materials are to be properly disposed of at the contractor�s expense. 2. Erosion and Sediment (E&S) Permits and Landscape Repair All costs associated with developing the E&S Plan, installing, and maintaining required E&S controls, obtaining required permits, and paying associated fees, shall be paid for by contractor. Refer to the Department of Environmental Conservation web below for information on permitting requirements. All costs associated with landscape repair shall be paid for by the contractor. https://www.dec.ny.gov/chemical/43133.html
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e14ed7e254eb40279595cffba9e4d737/view)
- Place of Performance
- Address: Franklin, NY 13775, USA
- Zip Code: 13775
- Country: USA
- Zip Code: 13775
- Record
- SN07031981-F 20240418/240416230049 (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 |