Refurbishing Bridge and Approach Roadway at John H. Kerr

expired opportunity(Expired)
From: Federal Government(Federal)
W912PM22B0032

Basic Details

started - 25 Mar, 2022 (about 2 years ago)

Start Date

25 Mar, 2022 (about 2 years ago)
due - 04 Apr, 2022 (about 2 years ago)

Due Date

04 Apr, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
W912PM22B0032

Identifier

W912PM22B0032

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)USACE (38243)SAD (4509)US ARMY ENGINEER DISTRICT WILMINGTO (768)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

                                                          SOURCES SOUGHT NOTICE                                                                            FOR                REFURBISHING BRIDGE AND APPROACH ROADWAY JOHN H KERR DAM                                               MECKLENBURG COUNTY, VIRGINIAThis is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award.The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors.1. Clean and repaint girders and support members on bridge superstructure.  Clean existing steel girder surfaces by sand blasting or other approved method and repaint with the paint system specified in the contract. The John H Kerr spillway bridge has 22 spans.  Each span is over one of the dam’s 22 tainter gates.  Each of the 22 spans has two main
girders, five floor beams, two hatch beams, and floor beam diaphragms.2. Resurface bridge approach roadway over head-gate machinery room (load rated for traffic).  Core drill new storm water drains thru deck and curbing.  Core drill 3-inch diameter holes through the existing deck and curbing to aid in the drainage of storm water. Roadway work will also include installation of deck joint material on the 22 spans of the spillway bridge.There are seven monoliths that have head gates.  Currently storm water sits over the hatches for the head gates, which causes water to sit in the hatch framing and drip on the head gate machinery.  Core drilling storm drain holes will aid in removal of storm water, which will result in reduced corrosion of the hatches and head gate machinery. Storm water also collects along the curbing and on the deck joints of the 22 tainter gate bridge spans.  This condition causes water to drip on each end of the girders.  Core drilling storm drain holes will aid in removal of storm water, which will result in reduced corrosion of the steel superstructure mainly the girders. The magnitude of construction for this project will be between $1,000,000.00 and $5,00,000.00.All interested firms with 237310 as an approved NAICs code have until 04 April 2022 at 2:00 p.m. EST to submit the following information:- Name & Address of your Firm- Point of Contact (Name/Phone/E-mail)- Current SAM or DUNS Number and CAGE Code- Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM.- Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity.- Firm's capability to perform, to include geographic span and project size.- Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided.The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.MARKET SUREY:The Government is considering using Definitive Responsibility Criteria (DRC) in this solicitation.  In order to be considered, interested firms are requested to provide information that shows previous experience as outlined below on at least three (3) projects in the last five (5) years.*PREVIOUS EXPERIENCE: To demonstrate previous experience contractors must submit at least three (3) projects exhibiting the types of work identified in a, b, and c below. Projects submitted must have been completed within the last five (5) years or are over 75% physically complete by the solicitation due date. Previous experience can be either as a contractor or subcontractor. Each project does not require all work identified in a, b, and c, although previous project experience in all three types of work is required for a minimum of two projects for each type of work.     (a) Lead based paint abatement from steel structures to include collection and disposal of lead-based paint waste.     (b) Painting or repairs to bridges that include traffic control.     (c) Construction work surfaces or scaffolding under bridges that are over water and at elevated heights.Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience.The requested information shall be submitted electronically to:U.S. Army Corps of EngineersAttn: Troy Small and Ros ShoemakerE-mail: Troy.d.small@usace.army.mil and Rosalind.m.shoemaker@usace.army.milThe email should be titled:  W912PM22B0032, JHK Refurbishing Bridge and Approach Roadway, Sources Sought                                                                Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partnerAll information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy. 

Boydton ,
 VA  23917  USALocation

Place Of Performance : N/A

Country : United States

You may also like

On-Call Roadway Resurfacing Services

Due: 08 May, 2024 (in 3 days)Agency: Office of Procurement and Contract Admin

I-16-4669 - Roadway & Bridge Construction - IL 390 & I-490 Interchange

Due: 31 May, 2024 (in 26 days)Agency: Illinois tollway

Classification

naicsCode 237310Highway, Street, and Bridge Construction
pscCode Z2LBREPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS