Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
SOLICITATION NOTICE

Z -- Upgrade stormwater drain

Notice Date
8/1/2012
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-12-R-0082
 
Response Due
8/16/2012
 
Archive Date
10/15/2012
 
Point of Contact
Samantha L. Connors, 301-619-6979
 
E-Mail Address
US Army Medical Research Acquisition Activity
(samantha.l.connors@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The United States Army Medical Research Acquisition Activity in support of the US Army Garrison has a requirement to upgrade a stormwater drain at Fort Detrick, MD. The project includes but is not limited to the following tasks and incidental related work: a.The contractor shall be responsible as per the contract for all materials and labor for construction and completion of the project and any and all lines items as shown in the attachment of existing line items. b.The contractor shall not add, delete or misconstrue any requirements in the statement of work or construct outside the Limit of Disturbance. c.The contractor shall be responsible for field verification of the existing topography. d.The contractor shall be responsible for determining and verification of the existing pipe inverts within the manhole on the West side of Ditto Road and shall establish the outfall point as per the approved pond expansion drawings. e.The contractor shall be required to establish Limits of Disturbance for the project. f.The contractor shall be required to establish a site plan and an Erosion and Sediment Control Plan for the construction and installation of the proposed pipe. g.The contractor shall be required to excavate and install 1765 feet +/- of 42-inch RCP. h.The contractor shall ensure that the pipe will be installed at a slope so that 2.5 cubic feet per second shall be established to ensure that the pipe flushes cleanly. i.The contractor shall produce and submit a plan showing the cross section detail of the entire length of the pipe, the road crossings, sidewalks and utilities. j.The contractor shall be responsible for providing personnel for safety and traffic routing during all crossing of sidewalks and street at Ditto Avenue and Porter Street. k.The contractor shall saw cut existing road and sidewalk to the extent to install the proposed drainage pipe. l. The contractor shall be responsible for the demolition of the asphalt and concrete material for the installation of the proposed drainage pipe. All asphalt and demoed concrete shall be removed from the construction site. m.The contractor shall be responsible for the demo and excavation of the sub base material on the road crossing and shall reutilize the sub base material unless deemed as not suitable for reusable material. Non reusable material sub base material shall be placed in the Ft. Detrick soil stockpile area. n.Contractor shall be responsible for the excavation of material for the installation of the proposed drainage pipe. o.Contractor shall open and close only that amount of pipe that can be installed in one day. p.Contractor shall backfill and compact to industry standards and shall stabilize all disturbed area the same day. q.Contractor shall be required to place a minimum of 12-iches of topsoil on all disturbed areas and shall use current MDE standards for temporary and permanent seeding. r.Contractor shall at all road crossing replace the sub base with a minimum of 12-inches of #2 crushed aggregate stone on fabric install and compact to industry standards. s.Contractor shall install on top of the #2 stone a minimum of 6-inches of GASB install and compact to industry standards. t.Contractor shall a minimum of 6-inches of Super Pave asphalt with a 3-inch base course and a 3-inch surface course material install and compact. u.Contractor shall ensure that there is tack coat between the GASB and the base course of macadam. v.Contractor shall be responsible for the upgrade of the existing manhole to the West side of Ditto Road for the installation of the proposed drainage pipe. w.Contractor shall be responsible for providing a concrete headwall at the outfall end of the propose pipe into the A-1 ponds. x.Contractor shall provide the proper stable conveyance from the invert out of the proposed pipe into the pond. The slope shall be 2% or less of rip rap material on filter cloth. y.Contractor shall form and replace all sidewalks and curbs to match the existing sidewalks and curbs for the installation of the proposed drainage pipe. z.Contractor shall provide 6-inches of clean 57 stone under the concrete walk and curbing, aa.Contractor shall provide a minimum of 12-inches of clean 57 stone under the propose drainage pipe. bb.Contractor shall be required to submit to the COR a disc of the as-built for the installation of the proposed drainage pipe 10-days after the installation is complete. cc.Contractor shall be required to have the area of construction marked and test pitted for all utilities. The utilities shall be verified as to size, type and material and surveyed at the crown to the utility. This requirement is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set aside for offerors operating under the NAICS code 237110, with a size standard of $33.5 million. SDVOSB status will be verified via the Small Business Administration. Proposals received from concerns that do not qualify as a SDVOSB shall be considered nonresponsive and shall be rejected. However, before rejecting a proposal otherwise eligible for award because of questions concerning the SDVOSB representation associated with the above NAICS code, an SBA determination shall be obtained. Solicitation number W81XWH-12-R-0082 is anticipated for release to the vendor community on or about 16 August 2012 and proposals will be due on or about 15 September 2012. The magnitude of this requirement is between $500,000 and $1,000,000. A site visit will be held; the date and time of the site visit will be stated in the solicitation. No hard copies of the solicitation will be issued by the contracting office. The competitive solicitation, solicitation amendments, and all questions and answers related to this procurement shall be made available via the Internet at https://acquisition.army.mil or https://www.fbo.gov. Potential offerors are responsible for accessing the website. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. To be eligible for an award, offerors MUST be registered with the Central Contractor Registry at http://www.sam.gov. Telephone requests will not be honored and bidder lists will not be maintained. Potential offerors are required to direct all questions via email to samantha.l.connors@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-12-R-0082/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN02822529-W 20120803/120801235218-1ebae9c0d279c557fc6bc7d55f243b26 (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 |
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.