SOURCES SOUGHT
99 -- NAVFAC WASHINGTON, P3002 PAR RELOCATE HAZARDOUS CARGO PAD AND EOD PROFICIENCY RANGE
- Notice Date
- 5/13/2020 6:28:44 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
- ZIP Code
- 20374-5018
- Solicitation Number
- N4008020R0193
- Response Due
- 5/27/2020 11:00:00 AM
- Archive Date
- 06/11/2020
- Point of Contact
- Frank G. Decker, Phone: 2026857418, Amoz J. Samuel, Phone: 2026858283
- E-Mail Address
-
frank.g.decker@navy.mil, amoz.samuel@navy.mil
(frank.g.decker@navy.mil, amoz.samuel@navy.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- The NAVFAC WASHINGTON project constructs an aircraft hazardous cargo pad (approx. 80,550 SF concrete), a 75-foot wide concrete taxiway (approx. 159,005 SF), asphalt taxiway shoulders (approx. 159,075 SF), EOD Proficiency Range that includes a 1,120 SF area for a detonation bunker and 260 SF concrete protection bunker.� The taxiway includes four leaves of 230-foot long box frame roller motorized automated gates that allow closing of the taxiway and provide a secure perimeter. The project will meet both Airfield and Explosive Safety requirements to meet 30,000 pounds of net explosive weight (NEW) and medium load; tie down anchors and grounding points in the pavement. Additionally, this project will meet the criteria/scope specified in Air Force Handbook, Facility Requirements, UFC 3-260-01, Airfield and Heliport Planning and Design, Air Force Corporate Facilities Standard (AFCFS), and the Installation Facilities Standards (IFS).� The construction includes the relocation and regrading of 875 feet of South Perimeter Road, and includes advance warning signs and lights, and automated swing gates approaching the taxiway crossing.� Stormwater management features include bioswales along the taxiways, micro-bioretention facilities along the access roads, underground concrete pipe, taxiway underdrains, and two underground concrete stormwater detention systems. This project also includes the following: installation of both aircraft taxiway and ground vehicle required traffic markings and signaling devices with cameras to control traffic, including pedestrian devices and emergency pre-emption equipment, installation of fencing, relocation of existing utilities, both above and below ground, such as telecommunications, water, sewer, electric power, and natural gas lines, to a designated location outside of the proposed pavement.� Work is proposed in wetland areas, and wetland creation shall not be permitted. The Contractor shall be responsible for any permitting and mitigation payments to a wetlands bank required for wetland impacts. Low impact development (LID) will be utilized in construction of this project.� Stormwater management shall be provided in accordance with current UFCs, Maryland Department of the Environment (MDE) regulations and the Energy Independence and Security Act (EISA).� Erosion and sediment control shall be provided in strict accordance with current Andrews Air Force Base guidelines and requirements, and with the Maryland Department of the Environment (MDE) requirements. Some demolition of the existing roadway surface and associated appurtenances shall be required, such as milling and cleaning out existing storm drainage pipes in the disturbed areas.� Extension of existing storm pipes shall be required and proper inlet and outlet protection. Existing pavement shall be patched and repaired along the length of any trenching for utility replacement or adjustment
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fe8ad586e8e54d0dbc6fbcaf1c8d8657/view)
- Place of Performance
- Address: MD 20762, USA
- Zip Code: 20762
- Country: USA
- Zip Code: 20762
- Record
- SN05656873-F 20200515/200513230200 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |