United States - Lucky Peak Dam Guardrail Replacement and Paving Repair

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
17 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 16, 2019 11:37 am

The USACE Walla Walla District has a requirement at Lucky Peak Dam for replacing guardrail and guardrail posts as well as paving repair. The work is located near Boise, Idaho.

The overall purpose of the project is to replace existing guardrails and posts along the roadway on top of Lucky Peak Dam. The length of guardrail to remove and replace is approximately 5062'. Existing posts are spaced 12'-6" apart and are painted concrete that are severely deteriorated with exposed rebar. Some of the existing posts on the downstream side of the dam are located adjacent to existing pertinent surveying control that cannot be disturbed. The contractor may either remove the posts or cut flush in a manner that does not disturb the Settlement and Measurement Instrumentation. Remove and replace existing posts and steel guardrails with material that meets Idaho Department of Transportation and AASHTO standards for a TL-2 barrier system (galvanized steel for the rail and steel posts).
Project will also rehabilitate a 1.3 mile stretch of roadway by including the following:
1) The removal of 10 existing speed bumps and replaced with 10 ACP speed HUMPS (4" tall x 12 ‘ long x 20' full road width)
2) 800 CY of shoulder fill with base course and grooming over 14,500 lineal feet of shoulder
3) Installation of one catch basin and one flare at two existing culverts that have inlets that are in disrepair
4) 14,500 LF of asphalt crack seal (assume 10% needs backer rod)
5) 4 CY of ballast erosion repair in 4 locations
6) 10,000 SF of ACP Patch: remove existing ACP, add and compact subgrade, page 3" ACP
7) 21,000 LF of striping (road centerline and 2 foglines)
Settlement and Measurement Instrumentation locations will be marked in the field and special care will be taken during construction operations to NOT DISTURB the instrumentation.

Performance and payment bonds will be required for this project. The magnitude of the project estimated to be between $500,000 and $1,000,000. Solicitation documents for the Information for Bid No. W912EF20B0001 will be posted to the FedBizOpps (FBO) website on or about the beginning of November 2019. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used.
The solicitation is to be competed as Unrestricted. The small business size standard for NAICS Code 237310 and is no more than $36,500,000 in average annual receipts.
A site visit will be offered approximately 2 weeks after the solicitation is posted. Refer to the solicitation for details regarding the site visit. Only one site visit is expected to be offered.
Important Note: The FBO response date listed elsewhere in this synopsis is for the FedBizOpps archive purposes only. It has no relationship to the actual bid opening date. The bid opening date will be contained in the solicitation and any solicitation amendments that are issued.
The solicitation will be an Invitation for Bid with Definitive Responsibility Criteria (IFB with DRC). The apparent low will be requested to provide responsibility criteria IAW FAR Subpart 9.1
In addition to examining the criteria in FAR 9.104-1, the Contracting Officer will also examine whether the low bidder can meet the requirements of the definitive responsibility criteria. The apparent low bidder will be required to meet the following experience requirements:
a. Provide a minimum of (2) projects completed within the last (6) years* that demonstrate experience** working around and not disturbing horizontal and vertical control survey monuments and measurement instrumentation locations, together with their protective monument casings.
*Define "6 years" as 6 years from the date solicitation is posted.
**If submitting experience of a subcontractor, a letter of commitment must be included for their experience to be considered.
All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1).
The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1.
A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years of experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years.
The contractor will be required to perform the on-site work in compliance with Government Safe Clearance/Hazardous Energy Control Procedures. Prior to commencing on-site work, the contractor will be required to complete applicable safe clearance training for all personnel working in areas involved with Hazardous Energy Control.
The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract.
When issued, the solicitation documents for this project will be available via FedBizOpps.gov or https://www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Bidders are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov.
ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to cynthia.h.jacobsen@usace.army.mil and victoria.k.richmond@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.

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

About the buyer

Address
Department of the Army USACE District, Walla Walla 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?