United States - Improve H Roads

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
03 December 2019
Opportunity publication date
21 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 20, 2019 11:34 am

Description:
This pre-solicitation is being advertised as a Construction, Firmed-Fixed Price Contract using FAR Part 14 Sealed Bidding. This will be a Competitive UNRESTRICTED procurement. The USACE Norfolk District, 803 Front Street, Norfolk, VA 23510 intends to award a single firm-fixed-price contract.

The project is located on H. road at DLA / DSCR, Chesterfield County, Richmond, Virginia.
This effort will require the services of a construction firm capable of providing repairs to H Road to accommodate traffic for the new Operations Center, Phase I and create a continuous flow from the new East Gate Access Control Point (ACP). The repairs will consist of excavating and removing the current 2-lane H Road to provide room for a wider 3-lane road. The intersections at 4th Street and G Road will be reconfigured. Work will include grading, roadway, curb, concrete apron, sidewalks, alkyd based thermoplastic pavement markings, landscaping,
and signs. A pull-off area with installation directory will be provided at the beginning of H Road in the vicinity of the new Access Control Point. A security arm will be installed to provide restricted access to the gravel entrance east of H Road used to service electrical transformers. The project will provide pole-mounted LED roadway lighting along H Road. Existing above ground electrical distribution lines will be replaced with direct buried conduit lines.
The existing load center at the intersection of H and G Roads will be relocated and will include a pad mounted transformer and pad. Stormwater management will be provided through best management practices (BMPs) in
accordance with Virginia Stormwater Management Program (VSMP) Regulations. Low Impact Development (LID) will be included in the design and construction of this project to comply with UFC 3-210-10.
The anticipated period of performance is 270 calendar days.
The project anticipates the need for a laydown area for the project, will be located on the west side of the base, approximately 1.0 mile away. Work will be conducted during regular working hours (7:00am to 4:30pm). No
Holiday work is anticipated.

The contractor shall provide all necessary planning, programming, administration, management and oversight,

labor, materials, and equipment necessary to execute all facets of work for construction and related services. The work shall be conducted by the Contractor in accordance with the contract terms and conditions and all applicable Federal, State, local laws, regulations, codes and directives. The Contractor shall ensure that all work provided meets the critical reliability rates or tolerances to be specified in the statement of work. The Contractor shall provide deliverables to be specified in the construction contract.
The magnitude of construction for this effort is estimated between $1,000,000 and $5,000,000. The applicable NAICS code is 237310, Highway, Street, and Bridge Construction with a Small Business Standard of $36.5M.
Contractors will be required to submit bonding documents prior to award.
The Government intends to award a single contract to the responsible offeror whose proposal conforms to the solicitation, is determined fair and reasonable, and offers the best overall value to the Government as determined through an invitation for bid (IFB) process in accordance with FAR Part 9.1 procedures, Responsible Prospective Contractors.
The solicitation and accompanying documents will be issued electronically and will be uploaded to the Federal Business Opportunities (FBO) website (https://www.fbo.gov) on or about Nov 4, 2019. The solicitation will be available in electronic format only. Telephone calls or written requests for the solicitation package will NOT be accepted. Prospective Offerors are responsible for monitoring FBO to respond to the solicitation and any amendments or other information regarding this acquisition.
Prospective Offerors must be registered in the System for Award Management (SAM) in order to be eligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM.

Opportunity closing date
03 December 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USACE District, Norfolk United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?