The RFP Database
New business relationships start here

Bridge Work


New York, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION.
 

The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business (SB) community to perform construction services, to include:
1. Section 8(a) Program.
2. Historically Underutilized Business Zone (HUBZONE) small business.
3. Service-Disabled Veteran-Owned Small Business (SDVOSB).
4. Women-Owned Small Business (WOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB).
5. Small Business under the standard of $33.5 million in average annual receipts.


Responses are restricted to U.S. firms that are established and registered in the System for Award Management (SAM), www.sam.gov


For 8(a) and HUBZONE, WOSB and EDWOSB firms must be certified by the Small Business Administration (SBA).


The Government is seeking qualified, experienced sources capable of performing construction services for physical security/safety improvements in the New York City area (Manhattan and Brooklyn Boroughs), on and around long-span bridges. The work is likely to include:
1. Reinforcement/modification of steel and masonry structures
2. Construction of cable, cable band and suspender rope covers
3. Construction of main cable anti-climb barriers
4. Construction/Modification of passive and active fire protection
5. Fencing on the bridge and fencing at piers in water.
Some work elements will include design features and/or areas of the bridges that are historically significant to the structure and the site in which they are being constructed.


Most of the work will take place in locations adjacent to or in close proximity of active vehicle, bicycle, pedestrian and mass transit traffic areas. Further, most of the work will require temporary closure of roadways, pedestrian and bike paths, and subways (maintenance and protection of traffic). It is anticipated that other capital construction work (performed by others under separate contract) will be in progress during the performance of this work, and therefore may require coordination with other contractors.


For performance of this work, contractors, their employees, and any sub-contractors will be subject to background checks.


The associated North American Industry Classification System (NAICS) codes for this work are 237310 (Highway, Street, and Bridge Construction) and 237990 (Other Heavy and Civil Engineering Construction), which carry a small business size standard of $33.5 million average gross annual receipts.
It is anticipated that the construction services will be procured via a firm fixed-price contract.


The estimate magnitude of this work is between $80,000,000 and $350,000,000.


All interested, capable, qualified and responsive members of the Small Business Community are encouraged to reply to this announcement. The Government is requesting that interested members of the Small Business Community furnish the following information:
1. Company name, address, point of contact, telephone number, and e-mail address
2. Type of Small Business Community member: 8(a) Program, HUBZONE small business, Service-Disabled Veteran-Owned small business (SDVOSB), or Small Business under the size standard for the North American Industry Classification System (NAICS) codes 237310 and 237990
3. Identify servicing Small Business Administration district office
4. Geographical areas in which you are capable of servicing
5. Bonding capacity as of the date of your response (both single project and aggregate)
6. State whether or not your firm and its employees currently have a security clearance, and if so, what level
7. Indicate percent of total construction that is self-performed by direct-hire in-house resources
8. Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, performed within the last five to seven (5-7) years. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Contracts must be for work similar to what is described in this announcement. Existing and potential Joint-Ventures, Mentor-Protege Agreements and formal teaming arrangements are acceptable.


Responses must be received no later than 2:00 PM ET on May 9th, 2017.


Submissions should be no more than five (5) pages, not including cover letter, 10 point font minimum, single-spaced. Responses are to be sent to U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278, Attention: Matthew Lubiak, Contracting Division.


Contracting Office Address:
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, Room 1843, New York, NY 10278-0090


Point of Contact(s): Matthew Lubiak, Matthew.Lubiak@usace.army.mil , 917-790-8089


Matthew Lubiak, Phone 9177908089, Email matthew.lubiak@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP