Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
MODIFICATION

Z -- Entrance Road Repairs at Steamtown National Historic Site, Scranton, PA

Notice Date
6/5/2013
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NPS, NER - Central MABO200 Chestnut Street, 3rd FloorPhiladelphiaPA19106US
 
ZIP Code
00000
 
Solicitation Number
P13PS00752
 
Response Due
7/15/2013
 
Archive Date
8/14/2013
 
Point of Contact
Neil Gilligan
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: The Department of the Interior, National Park Service (NPS) intends to issue Solicitation P13PS00752, using Simplified Acquisition Procedures for Repairs to the Entrance Road at Steamtown National Historic Site by means of a Firm Fixed Price (FFP) Contract. The work includes providing all labor, materials, tools, equipment, supplies, transportation and supervision for the specified work as follows: Provide all labor, equipment and services for entrance ramp drain repair /replacement and milling and paving of roadway surface, consisting of approximately 560 lineal feet at centerline and inspection/adjustment/repair of eight (8) catch basins, installing incidentals and related appurtenances. The roadway is known as South Bridge Avenue. 1.Roadway is 24-0 in width along the majority of the Construction Limits of Disturbance (LoD), a.Width of said varies at each extent of LoD. 2.Cold mill existing roadway surface to accept new surfacing and to increase the roadway crown and to create smooth transitions between new and adjacent surfaces once compacted and sealed in work area as approved by Contracting Officer. A diagram of the desired increase in roadway crown is included. Waste material will be recycled. 3.Demolition, removal and recycle sections of roadway, base and sub-base as delineated by Project Documents as those materials required to be removed to access, adjust and repair existing catch basins. 4.Install catch basin materials furnished by Government. a.Provide all necessitated items and labor required to repair existing catch basins to be flush with final road resurfacing and in good working order. b.Replace Type M inlet top of one (1) catch basin with Type S inlet top preserving removed inlet top if possible. c.Two catch basin boxes will require horizontal adjustment to properly support the replacement Type C inlet top. The Government will provide the Catch Basin Boxes as required should replacement be necessitated. d.The remaining catch basins may require adjustment of the finished elevation and grade. e.All catch basins will receive Bicycle-safe Grates as provided. 5.Provide all sub grade materials as required to create a finished roadway surface free of dips and swales that adversely affect drivability of roadway and run-off. 6.A portion of the Roadway is to be widened, incorporating an area of approximately 95 lineal feet by 5 feet that will require excavation to establish a proper sub-grade, sub-base and base for the roadway, gutter and asphalt curb. Waste material will be recycled. 7.In those areas requiring it, sub-base material will be compacted, a base-course binder course will be properly applied and compacted in preparation for a uniform application of the wearing course. 8.Apply a wearing course of Asphalt Paving and compact and seal to provide a uniform and finished roadway that corrects any grade variability along the curb lines, and facilitates proper drainage of the roadway by the catch basins. 9.Road Sensors are present in the LoD, and are to be reinstalled upon completion of the wearing course and initial cure. Diagrams are provided showing location and dimensions. a.Near the SE end of the LoD there is a single lane traffic counter representing approximately 30 linear feet of sensor wire to be replaced. [Approx. 24 ft. loop and 6+ ft. lead] b.Near the Entrance Gate there are 3 loops that constitute the Gate Interlock Sensors that are to be replaced. See the Diagram Appendix I. 10.Repaint all traffic lines, including stop bars, throughout the work area. 11.Provide temporary facilities and controls appropriate to the Work of the Project including, but not limited to: a.Dust Controls. b.Barriers to keep persons out of work area during prosecution, curing and cleaning. c.Traffic Control. d.Temporary Storm water Control. 12.Work of the Project, including submittals, but not limited to, will be prosecuted by the Contractor unless otherwise indicated. 13.OPTIONALLY: At the Entrance, and including the adjacent roadway known as Scranton St.; to Mill and Pave an additional approximately 1100 sq.ft. of road surface to provide for a joint that will run perpendicular to the traffic flow and therefore be more resistant to the wear and tear of traffic, and be easier to maintain. 14.OPTIONALLY: At the Park Office/Storehouse, joints and cracks to be cleaned, repaired and sealed, and the parking area and adjoining aprons [19,800 sq. ft.] to be patched, cleaned and seal-coated; and the parking space lines will be repainted after the 30 day cure. B.Work by Government: The National Park Service (NPS) will have the area where road work is to be performed free and clear of items, ready for preparation. C.Performance Period: Thirty (30) calendar days from the `Notice to Proceed. 1.No Work of the Project will commence until Notice to Proceed has been issued by Government. See below this Specification Section. The resultant contract will consist of a base bid with Options to be exercised within 30 days from contract award at the discretion of the Government. This project is being solicited as 100% set-aside for Small Business. The solicitation including all bid documents will be posted to the websites, http://www.fedbizopps.gov and https://www.fedconnect.net/FedConnect on or about 12 June 2013. No hard copies of the solicitation will be mailed or issued. To receive the solicitation package you must download it from one of the above sites. It is therefore the contractor's responsibility to check the internet site daily for any posted changes to the solicitation. Contractors must be registered in the SAM-System for Award Management (Formally Central Contractor Registration) in order to receive contract awards. The North American Industry Classification System Code (NAICS) is 237310, Highway, Street, and Bridge Construction and the Size Standard is 33.5 million dollars. The estimated cost range for this project (Base Bid including all options if exercised) is $25,000-$100,000 and is subject to the Davis-Bacon Act. There will be a site visit, and perspective proposers are encouraged to visit the site to satisfy themselves as to conditions before providing a bid. The date and time for the site visit will be specified in the solicitation. For technical questions concerning this project, contact Mike Fatale at 267-528-1421, or by email at michael_fatale@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS00752/listing.html)
 
Record
SN03081291-W 20130607/130606002448-644d8584455237a8b6c1ae79189080a0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.