SOLICITATION NOTICE
Y -- REEDY POINT BRIDGE REPAIR
- Notice Date
- 7/27/2022 11:26:42 AM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU22B0015
- Response Due
- 8/11/2022 10:00:00 AM
- Archive Date
- 12/31/2023
- Point of Contact
- Zaquette Everett, Gregory C. Keaton
- E-Mail Address
-
zaquette.everett@usace.army.mil, gregory.c.keaton@usace.army.mil
(zaquette.everett@usace.army.mil, gregory.c.keaton@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract work that consists of the repair of the Reedy Point Bridge in Delaware City, Delaware.� � Contract work consists of the following: a.� Repair of severely advanced deteriorated concrete substructure piers with large spalls, delaminated concrete, and exposed rebar. Repairs will include removal and replacement of these significantly deteriorated areas of concrete.�� b.� Replacement of existing deteriorated sliding bearings with new elastomeric bearings. This will include jacking/temporarily supporting the steel beam. c.� Miscellaneous steel repairs of deteriorated steel members including diaphragm replacement and strengthening of steel beam webs and flanges that is required due to deterioration. All areas where steel is repaired will be cleaned and painted. d.� Joint replacement to prevent water intrusion to the steel and bearing areas below. The design plans and specifications will be prepared according to AASHTO bridge design and construction specifications. The contract estimate for the work is between 1,000,000M and 5,000,000M.� � BASE BID WORK AND OPTIONS ASSIGNMENT(S) FOR THE REEDY POINT MISCELLANEOUS CONCRETE AND STEEL REPAIRS ______________________________________________________________________ 1. Temporary Traffic Control� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1 JOB LS 2. Mill Existing LMC Overlay and PPC Overlay Replacement� � � � � � �45 CY� 3. Substrate Repair������������������������������������������������������ ����������������������������80 SY 4. Concrete Spall Repair������������������������������� ��������������������������������� ��������3226 SF 5. Bearing Replacement����������������������������������� ������������������������������ ��������4 EA 6. Span Steel Replacement�������������������������� ����������������������������������� �������50 EA 7. Column Wrap������������������������������������������������������������������������������ ����� 1026 SF 8. Join Repair����������������������������������������������������������������������������������� ����� 1152 LF 9. Liquidated Damages.� The awarded contract will contain Liquidated Damages at a rate to be specified in the Solicitation. 10. The period of performance will last 540 days from 10/15/2022 through 04/07/2024.� 11. This is not a request for proposals at this time, the solicitation requirements and documents will�include instructions for submission and the response date, will be available on or about 16 August 2021.�This will be advertised as a full and open unrestricted procurement. Solicitation documents, plans and specifications will only be available via the Sam.gov website (Betasam.gov) homepage located at https://www.Sam.gov. Registration for plans and specifications should be made via Sam.gov Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor�s responsibility to monitor FBO for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans� Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans� Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100- customersupport@dol.gov. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database prior to award. Davis Bacon rates will be applicable to the construction. Affirmative action to insure equal employment opportunity is applicable to the resulting contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7252c254f74424a9423ba9d930e3d5d/view)
- Place of Performance
- Address: Delaware City, DE, USA
- Country: USA
- Country: USA
- Record
- SN06403637-F 20220729/220727230115 (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 |