The RFP Database
New business relationships start here

Construction Services for Access Road Relocation and Bridge Demolition, Sandisfield, MA


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

The U.S. Army Corps of Engineers (USACE), New England District is issuing this Sources Sought Announcement for construction services needed in Sandisfield, Massachusetts to relocate an existing access road by constructing a new access road and demolishing an existing bridge carrying the existing access road. This announcement is to determine interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns for this project. The NAICS code for this procurement is 237310. The project is planned to be issued in or around August 2019. The project is expected to take approximately 6 months to complete construction. The estimated construction cost is between $500,000.00 and $1,000,000.00.

The existing access road (formally Old Route 8) is off of South Main Street, also known as Massachusetts Route 8 (MA Route 8), and is across from Roosterville Road in Sandisfield, Massachusetts. The Old Route 8 Bridge is located on the existing access road, approximately 500 feet southeast of MA Route 8, and carries the existing access road over the West Branch of the Farmington River and allows for vehicles to continue southerly along the existing access road on the west side of the Farmington River and Colebrook River Lake. The lake and associated lands, available via the existing access road, are managed by USACE's Colebrook River Dam personnel to maintain seasonal recreation such as fishing and boating, and for the benefit of forest and wildlife resources. When water levels are low, the full 7 miles of the existing access road may be utilized by the public. The Old Route 8 Bridge is a steel single span through truss bridge built in 1927. The bridge members are built-up except for the stringers and lateral bracing. Most connections are rivets, but there are some replacement bolts. The substructure consists of concrete abutments and wing-walls.


The construction work will require the building of a new 16-foot wide paved access road with a 2-foot gravel shoulder on both sides, and a 500 feet rock-lined swale along the southerly side. The new access road will be of full depth construction paved with hot mix asphalt supported on layers of aggregate base and aggregate subbase. The new access road will tie into Massachusetts Route 8 (MA Route 8) with a new curb cut, approximately 730 feet south of the entrance to the existing access road, and run approximately 600 feet east-southeast to tie back into the existing access road at a point that is southeast of the Old Route 8 Bridge. The elevation difference between the tie-in point at MA Route 8 and the tie-in point at the existing access road is approximately 40 feet. The work will also require clearing and grubbing of trees, the installation of a manual swing barrier gate with locking post at MA Route 8, storm water management structures such as culverts and headwalls, and the installation, inspection, and maintenance of erosion and sediment control measures.


As part of the construction work, the Old Route 8 Bridge will be dismantled of all its steel components to include the removal of the bridge decking and asphalt pavement. All demolished material will be disposed of offsite by the Contractor. The existing concrete abutments and wing-walls are to remain in place. The work will also require the use of debris netting and the installation of road barricades at the north and south side approaches of the removed Route 8 Bridge.


Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, small business, etc.), a proof of bonding as well as what type of equipment would be utilized for this project. Please include at least two (2) specific examples of the firm's experience performing work similar to the work requirements stated above. The projects must have been performed within the last seven (7) years. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror's effort and their experience must also have been performed within the last seven (7) years. As part of the experience the contractor shall show that s/he has scheduled and maintained continuous hauling of large quantities of offsite borrow and rip-rap materials via numerous dump trucks so as not to disrupt the contract duration or violate any transportation rules and regulations.


Responses must be in PDF, Microsoft Word or Excel Format and may not exceed twenty (20) - 8.5 x 11 inch pages. Responses are due by April 18, 2019. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Ben Hoell, or via email to Benjamin.g.hoell@usace.army.mil. 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), an announcement of a solicitation, or a promise to issue a solicitation in the future. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.


Government Agency URL: www.nae.usace.army.mil


Government Agency URL Description: New England District, Corps of Engineers


Ben Hoell, Contract Specialist, Phone 9783188084, Email Benjamin.G.Hoell@Usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP