The RFP Database
New business relationships start here

VAMC Jamaica Plain Install Mandated Environmental Compliance


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, New England District is issuing this Sources Sought Announcement for a construction project to Install Mandated Environmental Compliance - Phosphorous Fallout Capture at the Veterans Affairs Medical Center (VAMC) in Jamaica Plain, Massachusetts to determine the interest, availability, and capability of 8(a), HUBZone, Service-Disabled Veteran Owned, Women-Owned, and Small Business concerns as described below. The NAICS code for this procurement is 238910. The estimated construction cost is between $1,000,000.00 and $5,000,000.00. The project is planned to be issued on or about August 2018 and will extend over a 12-month period. The activities of the project will be phased to limit impact to the operations of the medical center.

The project scope of work consists of installing an environmentally compliant system to capture phosphorous from runoff and site drainage as require by the Commonwealth of Massachusetts and the City of Boston. Work includes the installation of two subsurface infiltration system, three curb inlet treebox filter system, and all associated piping and appurtenances on the VAMC Jamaica Plain property to reduce the phosphorous prior to the outflow entering the local rivers and streams. Associated work includes the selective demolition and removal of existing drainage structures and piping; and existing bituminous pavement, and the abandonment of existing drainage piping. Excavation, backfilling, compaction, final grading, and new paving will be required. In addition, work includes installation of traffic control measures, relocation of buried utilities (telephone lines), and finished site work (including but not limited to loam and seeding; fence replacement; curbing; and pavement line striping).



Interested firms should submit a capabilities package to include the following: business classifications (i.e. HUBZone, etc.) as well as qualifications of the firm and experience in performing the work requirements stated above. Firms must submit documented information that demonstrates experience with a minimum of two examples of a construction project, similar in scope and magnitude to this project that the firm has performed in the last eight years. The examples must clearly demonstrate experience working in an occupied space. Indicate the team subcontractor(s), if any, including their prior experience and qualifications, which will be used to support the interested firm's effort. Include a Point of Contact and phone for each project example who may be contacted for further information on Contractor's effort and performance. Proof of bonding capability is required.


Responses are due July 5, 2018. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, Elizabeth.k.glasgow@usace.army.mil, ATTN: Elizabeth Glasgow. Responses are limited to fifteen pages. 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) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.


Elizabeth K. Glasgow, Contract Specialist, Phone 9783188671, Fax 9783188207, Email elizabeth.k.glasgow@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP