The RFP Database
New business relationships start here

Market Survey, Road Resurfacing and Repair


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

Action Code: Sources Sought

Class Code: Z1LB


Subject: Market Survey, Road Resurfacing and Repair


Solicitation No.: W912BU19B0016


Set-Aside Code: N/A


Response Date: 22 July 2019


Place of Performance: Carbon & Luzern Counties, White Haven, PA


1. Description of Work: Contract work consists of demolition and reconstruction of an existing roadway between Station (Sta.) 09+10 thru Sta. 245+00 and Sta. 109+10 thru Sta. 245+00. Removal and replacement of existing culvert at Sta. 178+04. Extension of existing culvert at Sta. 40+80. Extend a shoulder on an existing roadway and parking lot between Sta. 300+00 thru Sta. 309+56 and between Sta. 354+85 thru 357+33. Paint Lines on all reconstructed roadway. Raise a gravel swale at Sta. 356+11. Seal cracks in an existing roadway between Sta. 316+60 and Sta. 357+33. Solicitation Number W912BU-19-B-0016 will be issued on or about 04 Aug 2019 with bid opening date occurring at least 30 days after the Solicitation.


2. Sources Sought: This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. A Market Survey is being conducted to determine if there are adequate HUBZone, 8(a), Service Disabled Veteran Owned, and Small Business contractors for the following proposed work. The Army Corps of Engineers, Philadelphia District, is interested in awarding one (1) Firm Fixed Price Contract for roadwork on the Francis E Walter Dam


3. Contract duration is projected at 450 calendar days from the Notice to Proceed (NTP). Contractor must be prepared to commence actual operations within ten (10) days of the Notice to Proceed (NTP). The estimated price order of magnitude is $1M - $5M. Any contract issued will be issued as a Firm Fixed Price. Performance and Payment bonds will be required for 100% of contract award. NAICS for this project is 237310 and the size standard is $36.5 million.


4. Responses are requested with the following information, which shall not exceed a total of eight (8) pages.


1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses.


2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on the first page of the submission.


3. Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity.


4. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts.


5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offeror's role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).


Responses should be sent to James Casey at james.f.casey@usace.army.mil on or before 22 July 2019 at 1:00 PM EST.


James F. Casey, Contract Specialist, Phone 215-656-6915, Email james.f.casey@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP