Pennsylvania Bids > Bid Detail

TYAD UTILITIES

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159033256946343
Posted Date: Apr 27, 2023
Due Date: May 11, 2023
Solicitation No: W912BU23R0026
Source: https://sam.gov/opp/3243c14a4f...
Follow
TYAD UTILITIES
Active
Contract Opportunity
Notice ID
W912BU23R0026
Related Notice
W912BU23R0010
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST PHILADELPHIA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 27, 2023 01:29 pm EDT
  • Original Response Date: May 11, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1NZ - CONSTRUCTION OF OTHER UTILITIES
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Tobyhanna , PA 18466
    USA
Description

TYAD Utilities Upgrade Synopsis



The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract for a Design Bid Build acquisition to replace the existing sanitary, water and storm systems and repave existing roadways. The work is located at the Tobyhanna Army Depot, Tobyhanna PA.



The NAICS Code for this project is 237110. Water and Sewer Line and Related Structures Construction and the size standard is $39.5 Million. Estimated magnitude of construction range of the project is $25M - $100 Million dollars. This project will be advertised as unrestricted/full and open competition.





Solicitation. Solicitation No. W912BU23R0026 will be issued on or about 15 May 2023. Proposal will be due on 15 June 2023 at 5:00 p.m. Payment and Performance Bonding will be required after award but before Notice to Proceed. The contract period of performance is 730 days after receipt of Award/Notice to Proceed.



Solicitation documents, plans and specifications will only be available



via the SAM.gov homepage located at https://www.SAM.gov/. Registration for plans and specifications should be made via SAM Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor’s responsibility to monitor SAM for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans’ Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans’ Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100-customersupport@dol.gov. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database prior to award. Davis Bacon rates will be applicable to the construction. Affirmative action to insure equal employment opportunity is applicable to the resulting contract.



Questions regarding this notice should be directed to Deah.L.Gerard-May@usace.army.mil.









The scope of work for this project at Tobyhanna Army Depot is to replace



the existing sanitary, water and storm systems and repave existing



roadways as shown in the design plans and according to the project



breakout and phasing as demonstrated in the Design Analysis Report. The



new storm system and roadways will only be installed in the Army Depot's



secured Industrial Area generally defined as the area within First Street



to Sixth Street and Gibbs Street to Myer Street and including Electronics



Drive.





The existing sanitary sewer mains will be removed and replaced generally



in place with new PVC mains, and existing manholes will be replaced with



precast concrete manholes. Sanitary sewer service lines to adjacent



buildings will be replaced to within 5 feet of the building and new



cleanouts will be installed. Some existing sanitary manholes and mains



will be abandoned in place and filled with flowable fill as depicted in



the design plans.





The existing water mains, valves and fire hydrants will be replaced



generally, in place with new ductile iron mains, valves and fire hydrants



and protective bollards. Water and fire connections to the mains will be



re-connected to the new mains as depicted in the design plans. Some



existing water mains will be abandoned in place and filled with flowable



fill as depicted in the design plans. Install new air vacuum valves and



vaults as shown in the design plans.





Portions of the existing storm system within the Industrial Area will be



replaced and supplemented with new RCP pipe and precast concrete inlets.



Portions of the existing storm system mains to the outfalls will be lined



as depicted in the design plans. Connections to the storm sewer mains



from building downspouts will be provided as depicted in the design plans.



The paving of the main roadway network within the Industrial Area will be



replaced with new paving to enable more efficient and sufficient drainage



of storm runoff. Affected sidewalks will be replaced and parking areas



will be milled and overlaid as shown in the design plans. New striping



for travel way lines, parking areas and crosswalks will be replaced in



kind or as otherwise shown on the design plans.





Location



The work is located at the Tobyhanna Army Depot, Tobyhanna, PA,



approximately as indicated. The exact location will be shown by the



Government Designated Representative (GDR).





OCCUPANCY OF PREMISES



Building(s) will be occupied during performance of work under this



Contract. Occupancy notifications will be posted in a prominent location



in the work area. Ensure there is always proper means of access and egress



to/from the building safely through the work site if necessary, in clearly



marked and protected pathways. Any building entrance closures must be



approved by the GDR.





Before work is started, arrange with the GDR a sequence of procedure,



means of access, space for storage of materials and equipment, and use of



approaches, corridors, and stairways.





EXISTING WORK



In addition to FAR 52.236-9 Protection of Existing Vegetation, Structures,



Equipment, Utilities, and Improvements:





a. Remove or alter existing work in such a manner as to prevent injury or



damage to any portions of the existing work which remain.





b. Repair or replace portions of existing work which have been altered



during construction operations to match existing or adjoining work, as



approved by the GDR. At the completion of operations, existing work



must be in a condition equal to or better than that which existed



before new work started.





c. Remove all temporary construction access/egress elements and return



the any alteration made during the construction period to and



acceptable finished quality level.





LOCATION OF UNDERGROUND UTILITIES



Obtain digging permits prior to start of excavation, and comply with



Installation requirements for locating and marking underground utilities.



Contact local utility locating service a minimum of 48 hours prior to



excavating, to mark utilities, and within sufficient time required if work



occurs on a Monday or after a Holiday. Verify existing utility locations



indicated on contract drawings, within area of work.





Identify and mark all other utilities not managed and located by the local



utility companies. Scan the construction site with Ground Penetrating



Radar (GPR), electromagnetic, or sonic equipment, and mark the surface of



the ground or paved surface where existing underground utilities are discovered. Verify the elevations of existing piping, utilities, and any type of underground or encased obstruction not indicated, or specified to be removed, that is indicated or discovered during scanning, in locations to be traversed by piping, ducts, and other work to be conducted or installed. Verify elevations before installing new work closer than nearest manhole or other structure at which an adjustment in grade can be made.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • 100 SOUTH INDEPENDENCE MALL WEST 2ND FLOOR
  • PHILADELPHIA , PA 19106-3400
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >