Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2024 SAM #8186
SOLICITATION NOTICE

Z -- W912BU24B0013 -Summit Bridge Repair

Notice Date
4/24/2024 1:18:22 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU24B0013
 
Response Due
5/9/2024 12:00:00 PM
 
Archive Date
12/31/2024
 
Point of Contact
Frederick Conway, Cheley Auguste, Phone: 2156566771
 
E-Mail Address
frederick.conway@usace.army.mil, cheley.auguste@usace.army.mil
(frederick.conway@usace.army.mil, cheley.auguste@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Contracts Branch (fc)� Action Code: Pre-Solicitation/Synopsis Class Code: Z Subject: Summit Bridge Miscellaneous Repairs, Bear Delaware������ Solicitation No.: W912BU24B0013 � Summit Bridge Miscellaneous Repairs Set-Aside Code:� Small Business Response Date: �9 May 2024 Place of Performance: Bear Delaware Description of Work: The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price contract for Miscellaneous Repairs to the Summit Bridge in Bear, Delaware. � The work consists of: Repair of severely advanced deteriorated concrete substructure piers with large spalls, delaminated concrete, and exposed rebar. Repairs will include removal and replacement of these significantly deteriorated areas of concrete.� The total repair area for all of the piers is expected to be approximately 1,000 sf.� Miscellaneous steel repairs of deteriorated steel members including diaphragm replacement and strengthening of steel beam webs and flanges that is required due to deterioration. All areas where steel is repaired will be cleaned and painted. Joint replacement to prevent water intrusion to the steel and bearing areas below. Bridge Overcoat Painting approximately 100,000 sf. The design plans and specifications will be prepared according to AASHTO bridge design and construction specifications. Solicitation Number W912BU24B0013 will be issued on or about 16 May 2024 with a bid opening date occurring at least 30 days after the Solicitation.� The period of performance for the contract will be 540 calendar days. Estimated cost range of the project is $5,000,000 to $7,000,000. The NAICS Code for this project is 237310 Highway, Street, and Bridge Construction and the small business size standard is $45.0 Million. The awarded contract will contain Liquidated Damages at a rate to be specified in the Solicitation. Solicitation No. W912BU24B0013 will be issued on or about 16 May 2024 with a bid opening occurring at least 30 days after 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. The award will be made as a whole to one bidder in accordance with FAR Part 14 Procedures. 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.gov 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. 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 Frederick Conway at frederick.conway@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1ff8645d049045c9a00b216d9ee27cc3/view)
 
Place of Performance
Address: Bear, DE 19701, USA
Zip Code: 19701
Country: USA
 
Record
SN07041269-F 20240426/240424230048 (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.