Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOLICITATION NOTICE

Y -- Watson-Johnson Landfill Cap

Notice Date
7/29/2016
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-16-B-0022
 
Archive Date
10/28/2016
 
Point of Contact
Robert W. Hutcheon, Phone: 215-656-2291
 
E-Mail Address
robert.w.hutcheon@usace.army.mil
(robert.w.hutcheon@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Action Code: Presolicitation Class Code: Y Subject: Watson Johnson Landfill Cap, Bucks County, PA Solicitation No.: W912BU-16-B-0022 Set-Aside Code: 100% Small Business Set-Aside Response Date: 15 September 2016 Place of Performance: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390. Description of Work: The U.S. Army Corps of Engineers, Philadelphia District, intends to make a single award in whole to the lowest priced responsive and responsible bidder. This acquisition is a Firm Fixed Priced procurement using FAR PART 14 procedures, for remedial action at the Watson Johnson Landfill (WJL) located at 680 East Pumping Station Road, Quakertown, PA 18951. The period of performance for the base bid is One Hundred Twenty (120) calendar days. The clauses at FAR 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of the solicitation. Accordingly, bidders are urged and expected to inspect the site where the work will be performed. There will be a single organized site visit, 26 August 2016, ergo bidders are expected to contact the POC identified in the solicitation within 4 calendar days of the solicitation posting to coordinate their participation. The remedial action at the WJL site includes installation of a 21.4-acre multi-layer landfill cap. The Contractor shall be responsible for ensuring that sufficient equipment, labor, supervision, and materials, including health and safety and quality control provisions, are supplied to execute all work activities for final acceptance by the Government. The major items of work to be performed under this contract include: • Preparation and submittal of required site operational plans including, but not limited to, a Safety and Health and Emergency Response Plan, Contractor Quality Control Plan, Environmental Control Plan, Traffic Plans, Contractor's Construction Operations Plan, Site Security Plan. • Site preparation including, but not limited to: setup and operation of temporary construction facilities and staging areas; setup of site security including temporary fencing and warning signs and gates; setup of decontamination facilities, and construction of a stabilized entrance and site access road. • Development, implementation, and maintenance of erosion and sediment control measures. • Clearing and grubbing. • Selective excavation, regrading of site, and monitoring well modifications. • Regrading of areas outside the limits of the cap, final grading; topsoil replacement; vegetative cover; and placement of stabilization matting. • Installation of landfill gas vents. • Placement of an engineered, 21.4-acre multi-layer cap including, but not limited to: placement of a foundation fill layer; placement of a gas venting layer; placement of a geomembrane layer (smooth and textured); placement of a geocomposite drainage layer; placement of a final cover layer, topsoil, vegetative cover and stabilization matting; and insulation of cap and perimeter drains. • Installation of stormwater controls including swales, rip rap, stone, check dams, and associated structures to control stormwater. • Site restoration including wetlands, landscaping, fencing and project closeout. • Award of this contract is subject to the availability of funds. The estimated cost range of the project is $5,000,000.00 to $10,000,000.00. The NAICS Code for this project is 562910 and the small business size standard is $20.5 million. Davis Bacon rates will be applicable to the contract; the wage determination will be published with the solicitation. Any contract awarded from the solicitation will contain Liquidated Damages, FAR 52.211-12 -- Liquidated Damages - Construction, the amount will be published with the solicitation. Performance and Payment bonds will be required for 100% of contract award. This procurement is restricted to Small Businesses. Solicitation number W912BU-16-B-0022 will be issued on or about 12 August 2016 with a bid opening date of 15 September 2016. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via the FBO internet homepage. Hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. Contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-866-237-0275 or by accessing the following internet website: http://www.dol.gov/vets/vets-100.html. All contractors must be registered in the DODs System for Award Management database at www.sam.gov (formerly Central Contractor Registration) as required by DFARS 204.1103. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. Award of the contract will be made as a whole to the lowest responsive and responsible bidder.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-16-B-0022/listing.html)
 
Place of Performance
Address: 680 East Pumping Station Road, Quakertown, Pennsylvania, 18951, United States
Zip Code: 18951
 
Record
SN04201650-W 20160731/160729234555-b5b435bd83915f5d7377385f6f7de245 (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.