Guardrail Installation Franklin, New York

Agency: DEPT OF DEFENSE
State: New York
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159050061805288
Posted Date: Apr 16, 2024
Due Date: May 3, 2024
Solicitation No: W912DR-24-R-0026
Source: Members Only
Follow
Guardrail Installation Franklin, New York
Active
Contract Opportunity
Notice ID
W912DR-24-R-0026
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST BALTIMORE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 16, 2024 03:15 pm EDT
  • Original Published Date: Apr 15, 2024 01:40 pm EDT
  • Updated Date Offers Due: May 03, 2024 11:00 am EDT
  • Original Date Offers Due: May 03, 2024 11:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 16, 2024
  • Original Inactive Date: Jun 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
  • Product Service Code: Z1LB - MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Franklin , NY 13775
    USA
Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



Solicitation number, W912DR24R0026, is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. This acquisition will be a 100% Women Owned Small Business (WOSB) set-aside under NAICS code 237310 ($45M size standard), and Product Service Code Z1LB.



The Contractor, as an independent Contractor and not as an agent of the Government, shall furnish all labor, supervision, materials, equipment and supplies to perform work in accordance with the specifications of the Scope of Work.



Item Description Unit Amount



001 Demolition and installation Job



The period of performance (POP), 180 days, will begin 7 days after receiving Notice to Proceed (delivery and acceptance will occur at the place of performance, East Sidney Dam Crest Franklin New York, in Delaware County (FOB: Destination).



FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.



FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services, has been included and the specific evaluation criteria to be included are as follows:




  • Technical

  • Past Performance

  • Price



Award will be made for the lowest-price, technically acceptable offer.



Please be sure to fill out FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, located in Section 72 of the attached SF1442.



FAR clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.



FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses have been incorporated by reference in this clause and are applicable to the acquisition:



FAR 52.203-19, FAR 52.204-23, FAR 52.204-25, FAR 52.209-10, and FAR 52.233-4.



This acquisition will be procured using a Fixed-Firm Price contract and is not applicable to the Defense Priorities and Allocations System (DPAS).



Offerors are asked to respond to this RFP by submitting a proposal to Contract Specialist, Robert Ferebee, at robert.l.ferebee@usace.army.mil and Contract Officer, Nicole C. Brookes, at nicole.c.brookes@usace.army.mil no later than 11:00 A.M. on 03 May 2024. If there are any questions regarding this RFP, please contact Robert Ferebee via email..



All questions shall be submitted via e-mail to robert.l.ferebee@usace.army.mil no later than 19 April 2024 at 11:00 AM ET.



DISCLAIMER: The Government is not liable for information furnished by any other source. This will normally be the only method of distributing information. Therefore, it is the responsibility of any interested parties to check the website periodically for any further postings. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for inabilities to access the documents posted on the referenced web pages. Interested parties should refresh the page periodically when accessing. The government will not issue paper copies.



General: East Sidney Lake is in Delaware County, NY, on the Ouleout Creek five miles upstream from the town of Unadilla, NY. The project provides flood damage reduction and recreation opportunities. The dam is a concrete structure with an earthen embankment on the right (looking downstream) side of the concrete structure with a paved roadway. To improve safety a new guardrail will be installed as described herein and on contract documents.





Existing Conditions: The existing guardrail is a triple cable system that is no longer at the correct grade. This is due to recent rehabilitation and paving to the dam crest that raised the crest several inches to several feet across the crest.



Site Access: Access to the site is available via Sidney Wells Bridge Road to Triverfield Road (See Attachment 1) from NY Route 357. The access road is a privately owned and maintained road with keyed/gated access. Government personnel will provide site access to the Contractor for the duration of the inspection and construction effort. The road varies from 20 to 30 feet wide. A site visit is highly recommended by prospective bidders to view the access conditions, and other features of work before bidding on the work described herein.



The US Army Corps of Engineers at East Sidney Dam, New York require the replacement of the 2,500 feet of guardrail on the dam crest access road. The new guardrail will be a galvanized steel W-beam with steel I-beam posts and will meet or exceed New York Department of Transportation and Federal Highway Administration standards and specifications. This statement of work includes providing all labor, supervision, materials, equipment, supplies and disposal of existing guardrail to complete the following:







Task 1: Installation of new Galvanized steel guardrail




  1. Guardrail



Remove existing guardrail cables and posts and install a new galvanized W-beam steel guardrail with steel I-beam posts along the roadway on the dam crest. The new guardrail will extend the length of the current guardrail, comply with NY State DOT guardrail requirements in material, height, and distance from road edge. The old guardrail posts, cables and other materials are to be properly disposed of at the contractor’s expense.



2. Erosion and Sediment (E&S) Permits and Landscape Repair



All costs associated with developing the E&S Plan, installing, and maintaining required E&S controls, obtaining required permits, and paying associated fees, shall be paid for by contractor.



Refer to the Department of Environmental Conservation web below for information on permitting requirements. All costs associated with landscape repair shall be paid for by the contractor.





https://www.dec.ny.gov/chemical/43133.html




Attachments/Links
Contact Information
Contracting Office Address
  • RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
  • BALTIMORE , MD 21201-2526
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 15, 2024[Combined Synopsis/Solicitation (Original)] Guardrail Installation Franklin, New York
Apr 30, 2024[Combined Synopsis/Solicitation (Updated)] Guardrail Installation Franklin, New York

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >