SOLICITATION NOTICE
Z -- Parking Lot Improvements and Roadway Repairs
- Notice Date
- 6/10/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
- ZIP Code
- 20223
- Solicitation Number
- PR128870
- Archive Date
- 7/12/2008
- Point of Contact
- Charles W James,, Phone: 202.406.6940, Patricia A. Kiely,, Phone: 202-406-6940
- E-Mail Address
-
charles.james@usss.dhs.gov, patricia.kiely@usss.dhs.gov
- Small Business Set-Aside
- Total HUB-Zone
- Description
- Synopsis/Solicitation to provide parking lot improvements and roadway repairs for the Wilson building and Moran building at the James J. Rowley Training Center, located at 9200 Powder Mill Road, Laurel, Maryland 20708. This is a combined synopsis/solicitation for commercial items prepared in accordance with The Federal Acquisition Regulation Part 12, subpart 6-Streamlined Procedure for Evaluation and Solicitation for Commercial Items. Quotations are being requested as official Request for Quotations (RFQ) under the Federal Acquisition Circular Fac 2005-25 (Effective 22 April 2008). The United States Secret Service (USSS) has a requirement to award a Firm-Fixed Price contract to the best Offeror provide parking lot improvements and roadway repairs for the Wilson building and Moran building at the James J. Rowley Training Center, located at 9200 Powder Mill Road, Laurel, Maryland 20708. The purpose here is that the Moran Classroom and Vehicle Storage Buildings currently have only one access route. When the Protective Transportation Training Pad is in operation there is no access is allowed to the buildings. Installing a new access road to these buildings is vital to the training mission. Also note that this is not considered new construction but repair and maintenance to existing roads on the campus grounds. The Offeror is required to propose their best solution and submit a detailed cost proposal. Please submit copies of all technical and cost volumes associated with this proposal package separately. The technical volumes shall address offerors approach to meeting requirements. A site visit shall be conducted to provide all Offerors the opportunity to visit the facilities and understand the requirements for this solicitation at the James J. Rowley Training Center, located at 9200 Powder Mill Road, Laurel, Maryland 20708. The site visit shall take place on Thursday June 19, 2008 at 9:00am. Those parties interested in participating in the visit MUST respond to Charles James via email at charles.james@usss.dhs.gov or by fax at (202) 406-6801 NLT (no later than) 12:00pm Friday, June 20, 2008 via email. I will provide those who responded with a Contractor Personnel Access Application Form to be filled out ASAP and sent back to Charles James. The form MUST be in my possession NLT 9:00am Tuesday June 17, 2008 to be sent for approval to obtain access into the facility. After the site visit, your response and submittal (proposal) should be received as soon as possible, but no later than 3:00pm Friday, June 27, 2008. The Offeror shall also provide (1) the name, title, phone number, fax number, mailing address and email address of the points of contact ;(2) the nine digit DUNs (verification of vendor in CCR). The contractor is requested to propose their solution/capability and submit a detailed cost proposal addressing the following. • Install new asphalt road in accordance with best commercial and industry standards. • All installations shall meet or exceed all requirements set forth in the Maryland Department of Transportation State Highway Administration Standard Specification for construction and materials and all applicable requirements of the Maryland Department of the Environment. Other considerations: • Clearing trees. • Grass and topsoil removal. • Installation of new storm drain. • Relocate existing propane tank and gas line. • Relocate street pole light. • Install new concrete sidewalk. • Install new bollards • Restore topsoil and sod All work to be performed by certified manufacturer installers. All deliveries are the contractor's responsibility. The contractor shall coordinate the deliveries with the COTR prior to the delivery, specifying the date and time. The contractor shall be responsible for off and on loading equipment and materials. STATEMENT OF WORK MORAN AND WILSON BUILDING PARKING LOT IMPROVEMENTS AND ROADWAY REPAIRS AT THE JAMES J. ROWLEY TRAINING CENTER The purpose of this Statement of Work (SOW) is to provide specifications for the Road Paving at the James J. Rowley Training Center, located at 9200 Powder Mill Road, Laurel, Maryland 20708. The actual scope and phasing of the project may be modified by the Secret Service based upon specific requirements at the time of construction. The anticipated work for the project shall be as follows: Scope of Work Paving the Wilson Building Rear Parking Lot and access road. Saw cut and mill curbs and remove damaged asphalt areas. Saw cut tie ins. Mill tie ins for loading dock drains. Replace loading dock concrete parking pad. Replace damaged curb and gutter pans. Widen access road by three feet. Raise electric man hole and replace blue in ground hydrant locator. Install asphalt rolled curb one hundred forty (140) linear feet along new widened side of access road and install shrubs. Install asphalt paving fabric and two (2) inches of asphalt surface course. Line stripe parking areas, paint and stencil curbs. Replace wheel stops. Seal all paved surfaces. Paving the Moran Building Parking Lot, Vehicle Storage and access roads. Saw cut, mill curbs and remove damaged asphalt areas, four inch asphalt base repairs. Saw cut tie ins. Mill all tie ins with two inch transition. Install asphalt paving fabric and two (2) inches of asphalt surface course. Line stripe parking areas, paint and stencil curbs. Replace wheel stops. Seal all paved surfaces. Roadway repairs through out the James J Rowley Training Center. Repair all ripples, dips, sink holes, cracks, alligator areas and pot holes through out the JJRTC roadway system. Repairs shall be in accordance with best commercial and industry standards. All installations shall meet or exceed Maryland Department of Transportation State Highway Administration Standards. Project Requirements Due care must be taken to protect all roadways and to limit construction traffic across Roadways at JJRTC. Any information concerning underground utilities shall be obtained by the contractor. In order to determine the exact location and elevation of the existing utilities, the contractor shall dig test pits by hand at all known utility crossings well in advance of any trenching. The contractor shall notify "Miss Utility" at -800-257-7777 at least 48 hours prior to the start of any construction. The contractor shall submit a materials and deliverables schedule within 10 days of contract award for COTR approval. All deliveries are the contractor's responsibility. The contractor shall coordinate the deliveries with the COTR prior to the delivery, specifying the date and time of the arrival. The contractor shall be responsible for off and on loading equipment and materials. All millings shall be hauled to designated on site location. All unpaved areas disturbed by this project shall be stabilized with seed or sod. No sediment shall be tracked onto roadways within the JJRTC or onto off-site roadways. The Contractor shall remove all trash and debris; haul it to an appropriate dumpster or designated trash site on a daily basis. In addition all areas of work shall be broom swept daily. Criteria Requirements The contractor shall comply with all requirements as set forth in the Maryland Department of Transportation State Highway Administration Standard Specification for construction and materials and all applicable requirements of the Maryland Department of the Environment. Special Provision Contractor personnel proposed to work under this contract shall be US Citizens. They shall be subject to and successfully pass Police background investigations prior to being admitted to the James J. Rowley Training Center. Upon contract award, the contractor shall be provided with U S Secret Service contractor personnel access forms. Within five (5) days of contract award, the contractor shall submit these completed contractor personnel access forms to the Contracting Officer's Technical Representative. Deliverables Upon contract award the contractor shall submit to the COTR a delivery schedule of materials for approval, shop drawings of road system installation plan, a schedule of anticipated progress. There is a special provision that the contractor personnel proposed to work under this contract shall be US citizens. They shall also be subject to and successfully pass a police background investigations prior to being admitted into the James J. Rowley Training Center. Upon contract award, the contractor shall be provided USSS contractor personnel forms. Within five (5) days of contract award, the contractor shall submit these completed contractor personnel access forms to the Contracting Officer's Technical Representative (COTR). The following DHS Provisions are applicable: 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of Name 3052.204-71 Contractor Employee Access The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: 1) price; and 2) the technical capability of the services offered to meet the requirements of the Statement of Work FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Applicable Clauses are as follows) FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions or Clauses will not be accepted. Submit email request for DHS Provisions. All responsible Offerors shall submit proposals electronically to Charles W. James III at CHARLES.JAMES@USSS.DHS.GOV or via fax at (202) 406-6801, to be received no later than 3:00pm Friday, June 27,2008. All questions regarding the synopsis shall also be submitted in writing and sent electronically to the above email address.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0d1f97224cc36334fffe47552ee3eec6&tab=core&_cview=1)
- Place of Performance
- Address: Laurel, MD 20708, Laurel, Maryland, 20708, United States
- Zip Code: 20708
- Zip Code: 20708
- Record
- SN01590208-W 20080612/080610221347-0d1f97224cc36334fffe47552ee3eec6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |