Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
SOLICITATION NOTICE

Y -- Roadway Paving Repair - Campus-wide - Solicitation

Notice Date
1/31/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
693JF718R000007
 
Archive Date
3/20/2018
 
Point of Contact
Judy Bowers, Phone: 2023661913
 
E-Mail Address
judy.bowers@dot.gov
(judy.bowers@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Roadway Pictures Statement of Work Solicitation This combined synopsis/solicitation is to seek a qualified, licensed and insured contractor to provide labor, materials, transportation, tools, equipment and supervision to resurface the roadway at the intersection of Steamboat Road and Collins Place. In addition, Contractor shall also perform some repair work by Delano Hall. Prior to submitting a bid, Contractor should attend one of the scheduled Site Visits. The selected contractor, following New York State Department of Transportation Standard Specifications, shall be responsible for completing the following tasks: Delivery •- Survey all work areas and stake out all utility lines. Document the mark-outs photographically. Contractor shall note that there are water, electrical and gas lines at the intersection of Steamboat Road and Collins Place. •- Prior to commencing work, contractor shall submit for approval by engineer, samples and or specifications for all materials to be used on this project, including, asphalt, concrete, etc. Contractor shall seal all joints using hot mix asphalt. •- Grade all the disturbed areas, add top soil and reseed. •- Remove all containers, surplus materials, equipment, and debris and leave the site in a clean and orderly condition acceptable to the COR. •- Contractor shall provide a warranty for a minimum of two years for this project. 1. INTERSECTION OF STEAMBOAT ROAD AND COLLINS PLACE - Saw cut the damaged roadway around the corner and remove a squared off section of damaged asphalt approximately 14,000 square feet of asphalt - Reduce the length of the corner curb at Steamboat Road by approximately 7 feet in order to allow easier access for large delivery trucks. Contractor must be careful not to damage the existing manhole or any of the existing utilities in that area. - and connect a new 4" PVC buried pipe from the trench basin behind Berger Hall to the catch basin at the corner of Steamboat Road (approximately 171 linear feet). Seal all cracks in the trench basin and catch basin. - Replace in-kind, approximately 100 linear feet of broken curb including the corners at Steamboat Road. - -seat two existing catch basins - Replace broken concrete slab around the manhole on Steamboat. - Repair corner sidewalk in front of Gibbs Hall. - Grade and compact the area. The new asphalt shall consist of a 6" layer of Oversized Stone (< 2 1/2"), a 4" course of RCA Type 1, a 3 1/2" layer of Type 3 Dense Asphalt Binder, and a 1 1/2" course of NYS Type 6F3 Top Coat. The new asphalt shall be approximately 14,000 sq ft. - Install and finish asphalt. - Mark out and repaint curbs and parking spaces as they are currently painted. - Contractor shall seal all joints using hot mix asphalt. - Replace section of sidewalk in front of Fitch Hall. The sidewalk shall have a 4" base of 3/4" stone, be reinforced with #5 rebar (12" on center), and have an 8" slab of 4,000 psi concrete. The area of the new slab shall be approximately 425 square feet. 2. ROADWAY ADJACENT TO MURPHY HALL - Saw cut the damaged roadway between Murphy Hall and Land Hall and remove a squared off section of damaged asphalt approximately 1,200 square feet of asphalt. - Contractor shall remove the 1" steel plate covering the existing manhole and replace it with a new concrete manhole base and cast iron cover. - Saw cut the bottom one or two steps of the Land Hall staircase. Recast the steps matching the concrete as much as possible. Seal joints between new and old concrete to prevent water penetration. Contractor shall submit an engineering drawing for approval for the repair of the staircase, prior to commencement of the work. Contractor shall grade the asphalt in order to accommodate symmetrical height steps. - Replace in-kind, approximately 50 linear feet of broken curb. - Grade and compact the area. The new asphalt shall consist of a 6" layer of Oversized Stone (< 2 1/2"), a 4" course of RCA Type 1, a 3 1/2" layer of Type 3 Dense Asphalt Binder, and a 1 1/2" course of NYS Type 6F3 Top Coat. The new asphalt shall be approximately 1,200 sq ft. - Install and finish asphalt. - Mark out and repaint curbs and parking spaces as they are currently painted. - Contractor shall seal all joints using hot mix asphalt. 3. STORMWATER DRAIN CONNECTION NEAR UPPER DECK DINING ROOM - Tap into the drain line coming from the roof. The tap-in point shall be in the basement of Delano Hall. The elevation shall be such that the line will completely drain into the new catch basin outside at the curb. This 4" drain line (approximately 40 ft) must not have any pockets. - Install a new 2'x2' catch basin (mentioned above). - Connect the new catch basin to the existing stormwater basin. - Repair/seal the drain penetration through the concrete masonry unit wall. - Connect rainwater drainage line to a new catch basin outside of the Upper Deck Dining Room. The new catch basin shall be connected to the existing stormwater catch basin. - Contractor is responsible for a complete turnkey job including: plumbing, masonry work and asphalt restoration. - Grade and compact the area. The new asphalt shall consist of a 6" layer of Oversized Stone (< 2 1/2"), a 4" course of RCA Type 1, a 3 1/2" layer of Type 3 Dense Asphalt Binder, and a 1 1/2" course of NYS Type 6F3 Top Coat. The new asphalt shall be approximately 200 sq ft. - Install and finish asphalt. - Mark out and repaint curbs and parking spaces as they are currently painted. - Contractor shall seal all joints using hot mix asphalt. The contractor shall be aware of the potential presence of hazardous materials, specifically lead-based paint and asbestos, in any buildings located at the USMMA. It is the responsibility of the contractor to take appropriate measures in accordance with all local, state, and federal environmental and occupational safety and health laws and regulations. The solicitation number 693JF718R000007 for to roadway resurfacing of various locations at the U.S. Merchant Marine Academy. This is being issued as a Request for Quote (RFP) The package should include a Bid Bond 20% of the proposed award and a 100% Performance Bond within 10 days after award. Past performances from three (3) recent contracts performance should be sent directly from the contractor to judy.bowers@dot.gov by the closing date. This requirement is being issued as a Small Business Set set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. In accordance with Agricultural Acquisition Regulation (AGAR )452.219-70 Size Standard and NAICS Code Information: Set-Aside/Size Standards: This Solicitation is a set-aside for Small Business Concerns Only The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation is listed below: Bids will be accepted from Small Business concerns under NAICS Code 238990 All Other Specialty Trade Contractors The Small Business Standard is $15.0 Million The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to trade off non-price factors with price. The following factors shall be used to evaluate offers: Technical Qualifications Past Performance Price Bidders must be registered with an "active" profile in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation; the SAM website is www.SAM.gov. It is the bidder's responsibility to check www.fbo.gov as often as necessary to view posted changes to this synopsis and/or updates/amendments. In accordance with Federal Acquisition Regulation (FAR) clause 52.252-2; the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/ https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html Description of requirements for the items to be acquired: Firm Fixed Priced requirement for the U. S. Merchant Marine Academy, Kings Point, NY, in accordance with the attached Statement of Work. Pricing shall include all costs necessary to accomplish the services in the statement of work (including but not limited to: overhead, general and administrative, profit, insurance, transportation, labor hours, equipment and supplies). Provide an estimated period of performance to complete each project. In accordance with FAR 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visits are as follows: Tuesday, February 13, 2018, at 10:00 pm. Thursday, February 22, 2018, at 2:00 am Please contact the facility to inform them that you will be attending the site visit so that the proper security arrangements may be made. Richard Ronde, Jr. 516-726-5606 ronder@usmma.edu Location of Services: U. S. Merchant Marine Academy 300 Steamboat Road Kings Point, NY 11024 ATTENTION: DBE Certified or SBA Certified under Section 8(a) Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-Disabled Veterans-owned business The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with a variable interest rate tied to the Prime Rate published in the Wall Street Journal. For further information, call 1-800-532-1169. Website DOT Short-Term Lending Program. Submit all questions regarding this requirement via email to judy.bowers@dot.gov no later than Friday, February 23, 2018. Quotes Should Be Emailed judy.bowers@dot.gov by Monday, March 5, 2018, at 2:00pm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF718R000007/listing.html)
 
Place of Performance
Address: U. S. Merchant Marine Academy, 300 Steamboat Road, Kings Point, New York, 11024, United States
Zip Code: 11024
 
Record
SN04806067-W 20180202/180131231709-368ff62ed10a0cb4011a03b78f311abd (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.