Construction Services for Security Fence and Gate Replacements
The U.S. Department of Transportation, Volpe Center, The National Transportation Center, is issuing this Sources Sought Announcement and Site Visit Request for Construction Services for Security Fence... The U.S. Department of Transportation, Volpe Center, The National Transportation Center, is issuing this Sources Sought Announcement and Site Visit Request for Construction Services for Security Fence and Gate Replacements located at the U.S. Merchant Marine Academy (USMMA), 300 Steamboat Road, Kings Point, NY 11021. This announcement is to determine interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns for this upcoming project. The NAICS code for this procurement is 238990. The project is planned to be issued on or about June 2019. The project is expected to take approximately two months or less to complete. The estimated construction project magnitude is between $250,000.00 and $500,000.00. There are existing fence and vehicle access gates at the USMMA in need of replacement to meet current security requirements. Interested firms must have the capability to provide 35%, 90% and 100% drawings for all fencing installed. Storage and staging is anticipated to be located on the property at a designated area. • In one location, there is approximately 2,300 linear feet of wooden stockade fencing along the south side of the property. It will need to be removed and replaced with a 6 foot tall black reinforced steel, decorative chain link fencing. This fencing must contain black turf inserts. • In another location, there is approximately 40 linear feet of existing damaged wooden picket fencing to be removed and replaced with the exact same type of wooden fence material of the same height and length of the existing wooden picket fence panels. • In a vehicle gated access location, there needs to be an installation of approximately 40 linear feet decorative aluminum non-crash manual steel vehicle swing gate to match the aesthetics and architectural design of the pillars and iron fencing already in place along the roadway within this gated area. The swing gate will be approximately 4 feet in height. The vendor is expected to provide 3 manual swing gate options. • In another vehicle gated access location, there are repairs required for two entrance pillars. The decorative iron swing gate is to be removed and replaced with a black decorative, reinforced swing chain link swing gate. At the same location, removal services are required for approximately 813 linear feet to remove the entire Iron Gate and fencing along this section of roadway to the waterline and replace it with a 6 foot tall black reinforced steel, decorative chain link fencing. The fencing must contain black turf inserts. The contractor will provide 3 swing gate options and the fencing will contain the black turf inserts. The swing gate will be approximately 4 feet in height. The gate material will be of the same type as the new fencing installed at this location. The Government will provide the roofing material to be used in the gated pillars that are to be repaired. The site visit will take place at the USMMA location on February 19, 2019 for an estimated two hour period. All interested firms must email the contracting officer via email: heather.simpson@dot.gov on or before 3:00PM EST on or before February 13, 2019 to confirm interest and attendance at the site visit. The contractor must email a list of no more than three personnel to attend the site visit. The personnel list should include a first and last name, email address and phone number of each person that will be attending the site visit. Upon receipt of the interested vendors email, the vendors will receive additional information on the exact times and contact personnel for the site visit. Interested firms that are not able to attend the site visit may submit a capabilities package to include the following: business classification (i.e. HUBZone, small business, etc.), as well as qualifications and experience in performing the work components stated above. Please include at least two specific examples of the firm's experience performing the work requirements stated above. The projects must have been performed within the last five years. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror's effort and their experience must also have been performed within the last seven years. Proof of bonding capability is required. Responses are limited to twenty pages. Responses are due by 5:00PM EST on February 14, 2019. Responses should be emailed to: heather.simpson@dot.gov. The Government will not pay for any material provided in response to this market survey nor return the data provided. Nor will the Government reimbursement the interested vendors for any travel incurred for this site visit. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »