The RFP Database
New business relationships start here

Resurfacing of Driveway and Lot


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This combined synopsis/solicitation is to seek a qualified, licensed and insured contractor to provide labor, material, transportation, tools, equipment and supervision to resurface the DPW Parking Lot and driveway. Prior to submitting a bid, Contractor must attend one of the scheduled Walk-Throughs, otherwise their bid will be invalidated. The selected contractor, following New York State Department of Transportation Standard Specifications, shall be responsible for completing the following tasks:

Survey work area and stake out utility lines. Document the mark-outs photographically.


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.


Existing bollards are to be preserved for reuse.


-Replace, in-kind, approximately 180 feet of concrete curb. Contractor shall match the new curb to the existing as closely as possible.


-Replace approximately 220 sq ft section of concrete sidewalk located at the 'T'. Slab shall be at least 4" thick with rebar, wire mesh and aggregate/sand base. -


-Provide expansion joints on the sides and every 10-12 feet.


-Scrape/Gouge out approximately 150 linear feet of joint section at the 'T'. Fill in the gaps with expansion joint material and sand. Top with Sikaflex Self Leveling Joint Sealer.


-Seal all seams, approximately 250 linear ft of existing sidewalk at the 'T' with Sikaflex Self Leveling Joint Sealer.


-Grade and compact areas to be asphalted. New asphalt (approximately 29,000) shall consist of 8" layer of Oversize Stone (6" or less), 4" layer of Binder (Type 3) and a 2" layer of Top Course (Type 6, 6F2 or 6F3).


-Install and finish asphalt.


-Mark out and repaint curbs and parking spaces as they are currently painted.


-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.


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 693JF718R000002 for to resurface the DPW Parking Lot and driveway.  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:


Thursday, November 16, 2017, at 2:00 pm.


Tuesday, November 28, 2017, at 10:00


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  11024ATTENTION:  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 Monday, November 20, 2017.


Quotes Should Be Emailed judy.bowers@dot.gov by Wednesday, December 6, at 2:00pm:


 


 


 


Judy Bowers, Sr. Contracting Officer, Phone 2023661913, Email judy.bowers@dot.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP