MODIFICATION
Y -- Rehabilitation of Rail Yards Facilities - Amendment 2
- Notice Date
- 8/31/2012
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Washington Metropolitan Area Transit Authority, Procurement and Materiels, PRMT-JGB, 600 5th Street, Washington, District of Columbia, 20001
- ZIP Code
- 20001
- Solicitation Number
- RFP-FQ9194_NAC
- Archive Date
- 7/29/2012
- Point of Contact
- Nichel S Crooks, Phone: 202-962-1440
- E-Mail Address
-
ncrooks@wmata.com
(ncrooks@wmata.com)
- Small Business Set-Aside
- N/A
- Description
- Solicitation FQ9194/NAC (Rehabilitation of the Rai Yard Facilities) - Amendment No. 2 Please note that Amendment No. 2 is issued to extend the proposal due date from September 13, 2012 to September 27, 2012. Description: The Washington Metropolitan Area Transit Authority (The Authority) is seeking the services of a Design Build contractor to complete a series of rehabilitation projects on rail yard facilities at the Alexandria, Brentwood, and New Carrollton rail yards. Work may also be performed at other rail yards and at other adjacent WMATA facilities. This is a Best Value negotiated procurement. The Authority contemplates award of a Firm Fixed Price Design-Build contract, The performance period for the entire contract is approximately 48 months from the issuance of notice to proceed. The estimated cost range is $80 - $100 million. Award will be subjected to the availability of funds. Proposers shall have a Virginia Class A contractor license. All personnel must pass the required Authority background check and safety training. Scope of Work : The scope of work includes but is not limited to the following: Solicitation RFP FQ9194 - Rehabilitation of Rail Yard Facilities •1. Upgrade Site PA/Intercom Systems - Design, furnish, install, test and commission an upgrade to the Public Address (PA) / Intercom system for the site and all related structures. •2. Replace Site Lighting and Lighting Distribution Systems - Design, furnish, install, test and commission an upgrade and replacement of the site lighting systems. •3. Replace Building Lighting Systems: Design, furnish, install, test and commission an upgrade and replacement of the interior and exterior (building mounted) lighting systems. •4. Upgrade Power Service and Distribution: Design, furnish, install, test and commission an upgrade and replacement of the electrical service and distribution system. •5. Install Hazardous Material/Waste Storage System: Design, furnish, install, and commission a new Hazardous Material and Waste collection system. •6. Install Aboveground Storage Tank: Design, furnish, install, and commission the installation of a new aboveground diesel exhaust fluid (DEF) tank and system. •7. Replace Underground Storage Tanks: Design, furnish, install, test and commission new underground storage tanks (USTs) and associated equipment. •8. Upgrade Stormwater Pretreatment Systems: Design, furnish, install, test and commission an upgrade to the stormwater pretreatment system. •9. Replace H&V Equipment for Shop Spaces: Design, furnish, install, test and commission a complete replacement of the heating and ventilating equipment. •10. Replace HVAC Systems for Office Spaces and Locker Rooms: Design, furnish, install, test and commission a new complete replacement of the heating, ventilating and air conditioning equipment for the office spaces and locker rooms. •11. Upgrade Sump and Sewer Ejector Systems : Design, furnish, install, test and commission new sump and sewer ejector pumping systems. •12. Install Containment Sump Systems: Design, furnish, install, test and commission a new containment sump system at hazardous material storage locations. •13. Rehabilitate Sprinkler Systems: Design, furnish, install, test, and commission a rehabilitation of the fire sprinkler system. •14. Replace/ Rehabilitate Bridge and Jib Cranes: Design, furnish, install, test and commission a complete replacement of the jib crane and replacement of control components. •15. Retrofit Battery Storage/Charging Room: Design, furnish, install, test, and commission new battery storage/charging rooms. •16. Upgrade Wastewater Pretreatment System: Design, furnish, install, test, and commission an installation / upgrade of wastewater pretreatment systems. •17. Install Hazardous Material/Waste Storage System: Design, furnish, install, and commission a new Hazardous Material/ Waste Collection system. •18. Upgrade Car, Body and Truck Hoists and Turntable. •19. Replace Boiler Plant Equipment and Air Compressor Systems •20. Convert Paint Booth to Maintenance Pit; Rehabilitate Steam Cleaning Area and Design and Construct Mezzanine Office Space. Pre Proposal Meeting and site visit: A pre-proposal meeting and site visits are tentatively scheduled for Saturday July 21, 2012 from 8:00 am to 4:30 pm. Details of the pre-proposal meeting and site visits will be provided in the solicitation documents. For security reasons, individuals planning on attending the pre proposal meeting and site visits are required to send an email to ncrooks@wmata.com, with their name, title, company name, mailing address, telephone, and email for each attendee. All attendees must provide a government issued identification for entry into any Authority facilities. Proposals Due : The proposal due date is August 22, 2012. DBE Requirements : The solicitation will include a DBE 27.1% goal. DBE must be pre-certified by WMATA. The DBE goal will be included in the RFP. Information on the WMATA DBE program can be found at http://www.wmata.com/business/disadvantaged_business_enterprise/ Questions regarding WMATA's DBE program may be addressed to Ms. Tammy Paige-Sterling tpaige-sterling@wmata.com, telephone 202-962-2409. Contract Plans and Specifications : Documents are now available electronically on flash/thumb drives on Thursday June 28 at $20 per copy. Make checks (Non presonal) or money orders payable to the Washington Metropolitan Area Transit Authority or WMATA, Account code 74100, ( for RFP/FQ9194/NAC) and submit to the WMATA Plans Room, Stone Straw Building, 900 Franklin St., N. E., Washington, D.C. 20017, ATTN. Mr Dion Williams at (202) 269-4575, ext 231. Please contact Mr. Williams for documents availability prior to submitting payment. Offerors are directed to contact the Contract Administrator, Mr. Nichel Crooks at ncrooks@wmata.com or at 202-962-1440. Vendor Registration : Please visit our Internet website at http://www.wmata.com/business/ for New Vendor Registration and Registered Vendors (updates, etc). Question regarding vendor registration should be addressed to Phillip Barrett, Jr at PbarrettJr@wmata.com or telephone 202-962-1408. Contact Person : Mr. Nichel Crooks, Contract Administrator, ncrooks@wmata.com facsimile (202) 962-6120, voice (202) 962-1440; or write Nichel Crooks, Office of Procurement and Materials, Washington Metropolitan Area Transit Authority, Room 4B-07, 600 Fifth Street, NW Washington, D.C. 20001. Please visit our Internet web site at www.WMATA.com for information regarding this and other WMATA contracts under Business Opportunities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/WMATA/WMATA01/WMATAPRMT01/RFP-FQ9194_NAC/listing.html)
- Place of Performance
- Address: Virginia, Maryland and Washington D.C., Washington D.C., District of Columbia, 20001, United States
- Zip Code: 20001
- Zip Code: 20001
- Record
- SN02864409-W 20120902/120831235814-1fd2ecec7a502beebda6c5be6065bfef (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 |