Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
SOURCES SOUGHT

Z -- Joint Seal and Expansion Joint Replacement Project

Notice Date
5/2/2017
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-17-X-0017
 
Archive Date
6/3/2017
 
Point of Contact
Stephen Jones, Phone: 9783188968
 
E-Mail Address
stephen.e.jones@usace.army.mil
(stephen.e.jones@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District, is issuing a Sources Sought Announcement for the Joint Seal and Expansion Joint Replacement project at the Sagamore and Bourne Bridges, Cape Cod Canal, located in Bourne and Sagamore, Massachusetts to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns as described below. The NAICS code for this procurement is 237310. The project is planned to be issued on or about August 2017. The project will occur in the fall or winter of 2017 and is expected to take about two months, including submittal approval. The estimated construction cost is between $500,000 and $1,000,000.00. This project will consist of one project and one contract, but will include work on both bridges. Constructed originally during the 1930s, the Sagamore and Bourne Bridges are the only two vehicular bridges across the Cape Cod Canal in Massachusetts, providing access to the Cape Cod peninsula. The joint seals were last replaced during the most recent paving contract which was in 2009/2010. Joint seals are thin rubber strips that allow for small amounts of contraction and expansion of the bridge deck depending upon temperature variations. The Modular Expansion Joint, located in the south end of the Sagamore Bridge, was last replaced in 1995. The Modular Expansion Joint allows for large amounts of contraction and expansion of the bridge, and will be custom-built for this contract. This item could have a several-month lead time. This project consists of the following components: -Order a customized Modular Expansion Joint to be installed into the Sagamore Bridge vehicular right of way. -Construct and maintain traffic control to limit traffic to allow for work across both bridges, but not simultaneously. This work must not occur during the summer, or peak specified periods such as Labor Day. Contractor will be required to work 2nd and 3rd shifts for some operations. -Remove and replace 17 joint seals, located on both bridges. -Remove and repair armor steel angles at the joint seals, as necessary. -Install paving patches around the armor joint angles, as necessary. -Remove and replace the existing modular joint (Watson Bowman D-1300) with the new modular joint (Watson Bowman D-1500 or approved equal) on the Sagamore Bridge. This may require the use of an aerial lift or extensive scaffolding to access the underside of the deck and abutment, and to set up a work platform under the bridge. It may be possible to complete this work from the top surface only. -Demolish and dispose off site bituminous pavement, concrete and embedded steel. -Repair reinforced concrete, perform welding, and patch pavement as needed around the Modular Expansion Joint to support the Joint and provide for a driving surface. Contractor should note that work on this project will require fall protection. Additionally, the Government anticipates including a Definitive Responsibility Criterion similar to the below in the resulting solicitation. The Government welcomes industry comments on whether the below criterion is appropriate and achievable. Potential Definitive Responsibility Criterion would consist of: "Interested firms should demonstrate past experience working on one project within the last five years. More than one project may be used in order to substantiate experience in each work component, but each firm must demonstrate past experience in each of the three following components: installation of a Modular Expansion Joint, below deck concrete placement and repair work, and traffic control within a heavily used vehicle freeway. Firms may use subcontractor experience to demonstrate experience with the Definitive Responsibility Criteria, but the role and work performed by each team member (prime and subcontractors) on projects as used to demonstrate that team member's experience with the Definitive Responsibility Criteria shall be the same as the role for that team member under this procurement." The DRC requirement means that if the apparent low bidder cannot meet this requirement, then the award would shift to the next lowest bidder who can substantiate this experience. This experience documentation would be not be requested until award is made. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications and experience in performing the work components stated above. Please include at least two specific examples of the firm's experience performing the work requirements stated above. The projects must have been performed within the last five years. Please indicate the team subcontractors that will be used to support the offeror's effort and include their prior experience and qualifications. Proof of bonding capability is required. Responses are due May 19th, 2017. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Stephen Jones (Stephen.e.jones@usace.army.mil). Responses are limited to twenty pages. Interested firms shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-17-X-0017/listing.html)
 
Place of Performance
Address: Sagamore and Bourne Bridges, Cape Cod Canal, located in Bourne and Sagamore, Massachusetts, Massachusetts, United States
 
Record
SN04493678-W 20170504/170502235913-6e331f9e1ef1631a371838b55b845f73 (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.