SOLICITATION NOTICE
Y -- Fort Lee Design Build - VA-AD-AD JPR(1) - Synopsis
- Notice Date
- 10/20/2010
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, Virginia, 20166
- ZIP Code
- 20166
- Solicitation Number
- DTFH71-11-R-00002
- Archive Date
- 6/30/2011
- Point of Contact
- Peggy Schaad, Phone: 571-434-1596, Shirley A Anderson, Phone: 703-948-1407
- E-Mail Address
-
eflhd.contracts@.dot.gov, eflhd.contracts@dot.gov
(eflhd.contracts@.dot.gov, eflhd.contracts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Synopsis Synopsis Proposals from all business concerns will be accepted for the Design-Build (D-B) of a roundabout located on the east side of the Fort Lee Garrison in Prince George County, Virginia, Solicitation Number: DTFH71-11-R-00002, Fort Lee Adams Avenue ("A" Gate Roundabout) is located at the "A" Gate entrance at the east side of the Fort, located approximately 1 mile north along Allin Road from Courthouse Road (Route 106) and approximately 2 ½ miles south along Jefferson Park Road from Oaklawn Rd (Route 36). The proposed roundabout will realign Jefferson Park Road, Allin Road, Bull Hill Road and Adams Avenue to an intersection with the roundabout to be located on Adams Avenue near the "A" Gate entrance to the Fort. The work is anticipated to include, among other things: (a) design (b) utility relocations, adjustments and coordination; (c) water quality permit acquisition; (d) roadway construction; (e) demolition of existing structures; (f) quality assurance and quality control for design and construction; (h) temporary roadway pavements for access to the Fort; (i) placement of permanent security fence beyond the relocated roadway, prior to security fence removal for construction; and (j) overall project management. Brief descriptions of this anticipated work are set forth below. The detailed scope of work to be undertaken by the successful Offeror under the design-build contract for this Project will be identified in the RFP. The SOW will also include, but is not limited to, the following: Anticipated Design Work: • Supplemental field survey and mapping, deed research and property boundary location • Utility as-built investigation and verification, and including utility mapping and location for design • Utility relocation coordination with all utility companies • All in-plan utility relocation plans • Utility test pits for horizontal and vertical location • A geotechnical investigation and evaluation for design of roadway embankments, cut and fill slope, and design of pavements • Pavement design • Community involvement and coordination • Roadway realignment and roundabout design • Maintenance of traffic design • Pavement marking and signing design • Landscaping design • Hydraulic and Hydrologic analysis and design for culverts, inlets, pipes, ditches, etc. • SWM design • Soil erosion and sediment control design • Traffic analysis for roundabout design • Driveway access design and design for obliteration and recovery of extraneous pavements • Security fence design and relocation outside the limits of construction within the Fort • Traffic Management Plan • Sidewalk design • Development of Right-of-Way and Permanent and Temporary Easement Plans and Plats • All construction documents and Right-of-Way plans designed in accordance with, but not limited to, AASHTO and VDOT Design Manuals, Road and Bridge Standards, and VDOT Road and Bridge Specifications • Coordination with Fort Lee's DPW-Environmental Management Office to ensure all project designs are compatible with applicable Fort Lee Environmental Special Conditions. Anticipated Construction Work: • Milling and resurfacing of existing roadways • Installation and maintenance of temporary traffic control devices • Construction of new roadways with pavement markings, signing, and sidewalk • Construction of a roundabout with curb island dividers, interior paved island, and pedestrian access crossing in accordance with ADA requirements • Construction of drainage appurtenances and storm water management facilities • Turf establishment and any required installation of landscaping • Installation of temporary and permanent erosion and sediment control measures • Removal of existing pavements for roadways, and obliteration and turf re-establishment of extraneous pavement areas after roadway construction • Construction of temporary pavements for access to the Fort and for maintaining public traffic • Removal of existing security fencing and placement of temporary and permanent security fencing, matching existing • Obtaining all permits for construction, obtaining compensatory mitigation, and implementing permit requirements including erosion and sediment control measures • Utility relocation coordination with utility companies and installation of all in-plan utilities • Installation of sheeting, shoring, and other temporary safety protection devices for any required deep excavations or fills • Coordination with projects within the Fort • Coordination with affected property owners, the Army, VDOT, EFLHD and Prince George County • Development of as-built plans for VDOT, ARMY, and EFLHD; including survey, following construction • Acquisition of VDOT Land Use Permits necessary for project construction • Coordination with Fort Lee's DPW-Environmental Management Office to ensure all project designs is compatible with applicable Fort Lee Environmental Special Conditions. • Notification and coordination with Fort Lee's DPW and Environmental Management Office on UXO recognition and procedures to follow if UXO's are found. • Notification and coordination with Fort Lee's DPW-Environmental Management Office for handling and mitigation of hazardous spills. US Army Fort Lee Design Requirements: Access to the "A" Gate entrance to the Fort from Adams Avenue must be available at all times. This may require temporary pavement for detouring around the construction limits. A permanent security fence meeting Army, Fort Lee standards must be constructed outside the construction limits within the Fort prior to any construction and removal of existing security fencing. This work mostly affects relocation of Bull Hill Road. A portion of the project right-of-way and construction limits are within the site of a former graveyard, which has recently undergone a ground penetration radar assessment for existing grave sites as a condition of the NEPA Environmental process by the Eastern Federal Lands Highway Division (EFLHD) of the Federal Highway Administration (FHWA). All grave sites are to be protected by construction fencing placed outside of identified grave sites, and placed off limits to any construction activity. Any realignments and construction of roadway adjacent to the limits of identified grave sites must remain within the existing VDOT roadway prism. No disturbance beyond the existing prism (pavement, shoulder, and roadway fill) will be allowed where adjacent to grave sites. The selected contractor will be responsible for NPDES for the project. The project is expected to occur on VDOT ROW, federal lands controlled by Fort Lee Army Garrison. The U.S. Army will be providing an easement to provide additional right-of-way, and this action does require a change in land use in the easement. The intent is to obtain a temporary right of entry during construction and to get a permanent easement once construction is complete. Gas, water, and electrical utilities all have permits for active right of way in the area. Right of way utility easements would need to be updated to reflect any changes in utility placements. Please note that any utilities will need to be either relocated or avoided. The design and construction cost for award is expected to exceed $3,000,000. This project is "Subject to Availability of Funds". In accordance with Public Law 104-106 (41 U.S.C. 253m), the EFLHD of the FHWA is conducting a "two phased" D-B selection process for U.S. Army Fort Lee and VDOT. Solicitation documents for Phase One, Request for Qualifications (RFQ), should be issued in November, 2010. Qualifications will be due in December, 2010 at the EFLHD office in Sterling, Virginia. An evaluation board will review and evaluate contractor qualifications and select the three most highly qualified D-B firms/teams to participate in Phase Two of this D-B selection process. Selection will be based on the established RFQ evaluation criteria. During Phase Two, those firms/teams short-listed will be sent a Request for Proposal (RFP), which will outline the remainder of the process requirements including submission of technical and cost proposals. The Phase Two RFP is anticipated to be issued in January, 2011 with contract award occurring in April, 2011. A site visit will be scheduled during the RFP phase. Please send all questions concerning this D-B project to eflhd.contracts@dot.gov. Include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. Requests for 'faxing' or overnight mailing will not be accepted. Use Internet address https://www.fbo.gov/ (at QUICK SEARCH, type "EFLHD" and all available projects will be listed) to check for availability of bid documents. All bid documents can be directly downloaded from this website. Documents will no longer be mailed. Register to receive Email Notification to automatically be notified when a document is added or updated for a specific project. Annual Representations and Certifications FAR 52.204-8 (Oct 2010). The Representations and Certifications must be filled-in online at http://orca.bpn.gov/. The required Annual Form Vets-100 must also be filled-in online at http://vets100.com per FAR 52.222-37. ATTENTION Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT) offers working capital financing assistance for transportation related contracts. The DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169 or 202-366-1930. Internet address: http://osdbuweb.dot.gov. IMPORTANT PAYMENT REQUIREMENT In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Also FAR clause 52.232-33 requires CCR registration for payment. CCR registration is available on line at the following Internet web address: www.ccr.gov. IMPORTANT SUBCONTRACTING PLANS REQUIREMENT Required from all "other than Small business" when requirement is expected to exceed $650,000 ($1,500,000 for construction) [FAR 19.702]. Contracting Officer, Contracting Officer Technical Representative, and Small Business Specialist are responsible for approving a reasonable and realistic plan [FAR 19.705-4] [TAM 1219.201(e)(6)]. Legislated subcontracting goals [15 USC 644(g)(1)]: 23% - Small Businesses (SB), 5% - Small Disadvantaged Businesses (SDB), 5% - Small Women-Owned Business Entities (SWBE), 3% - HUBzones, 3% - Service-Disabled Veteran-Owned Small Businesses (SDVOSB). A copy of each subcontracting plan (or contractor statement that no subcontracts are to be awarded) must be provided to Office of Small Disadvantaged Business Utilization prior to close of negotiations (or notice to proceed with IFB) [TAM 1219.705-5 and -6]
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-11-R-00002/listing.html)
- Place of Performance
- Address: Prince George's County, Virginia, United States
- Record
- SN02314050-W 20101022/101020234121-b41e371114e56a7d5b7c414c59e0f990 (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 |