Virginia Bids > Bid Detail

US Army Corps of Engineers (USACE) Humphreys Engineer Center Support Activity (HECSA) Fire Hydrant Replacement

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD00159235802588163
Posted Date: Sep 6, 2023
Due Date: Sep 6, 2023
Solicitation No: W912HQ-23-S-0038
Source: https://sam.gov/opp/a549070313...
Follow
US Army Corps of Engineers (USACE) Humphreys Engineer Center Support Activity (HECSA) Fire Hydrant Replacement
Active
Contract Opportunity
Notice ID
W912HQ-23-S-0038
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
OTHER DIVISION
Office
US ARMY HUMPHREYS ENGINEER CTR SPT
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 06, 2023 09:38 am EDT
  • Original Published Date: Aug 21, 2023 03:39 pm EDT
  • Updated Date Offers Due: Sep 06, 2023 05:00 pm EDT
  • Original Date Offers Due: Sep 06, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 21, 2023
  • Original Inactive Date: Sep 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4210 - FIRE FIGHTING EQUIPMENT
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Alexandria , VA 22315
    USA
Description View Changes

Combined Synopsis/Solicitation Number: W912HQ-23-S-0038– Request for Quotes (RFP)





Title: USACE HEC Fire Hydrant Replacement





Contracting Activity: US Army Corps of Engineers (USACE) Humphreys Engineer Center



Support Activity (HECSA)





Requiring Activity: The Humphreys Engineer Center Support Activity (HECSA) USACE Logistics Activity-NCR



Subject: Request for Quote (RFQ) – SAM.gov Combined Synopsis/Solicitations– Set-aside – Small Business Set-aside – NAICS Code 237110, Water and Sewer Line and Related Structures Construction, with a size standard of $45 Million.





Estimated Price Range: Between $100,000 and $250,000





Period of Performance (POP): The selected prime vendor is expected to complete this project within 120 days of contract award.





Description of Requirement:



September 6 2023 Update - Please see the attached "Proposal Question Responses" document for responses to questions submitted in relation to this Synopsis/Solicitation.



September 1 2023 Update - Following the 25 August 2023 Site Visit, the Statement of Work (SOW) for this project has been revised. Please see the revised SOW and update your proposals accordingly.



The contractor shall provide all labor and materials to perform the “Replace Fire Hydrants” project as described in the Statement of Work (SOW). This is a combined synopsis/solicitation for a construction project under the simplified acquisition threshold (SAT) in accordance with the format FAR 36.213-2, Presolicitation notices. This announcement constitutes the only solicitation. Quotes are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 2005-96, Effective: 13 January 2017.





The requirement is for a 100% small business set-aside under NAICS code 237110, Water and Sewer Line and Related Structures Construction, in accordance with FAR 52.219-6 – Notice of Small Business Set-aside. The size standard for this NAICS codes is $35 Million The Government anticipates the award of a firm fixed-priced (FFP) purchase order utilizing the procedures at FAR 13.3 – Simplified Acquisition Methods.



The U.S. Army Corps of Engineers (USACE) USACE Humphreys Engineer Center (HEC) requires the replacement of failing and outdated fire hydrants on the grounds of the HEC. The selected contractor will need to perform the following work:




  1. KTR shall remove and install (8) eight new fire hydrants with UL listed, FM approved, or listed or classified by an NRTL and must have two 2-2 ½ inch (65mm) hose outlets and one 4-1/2 (115m) suction connection with national standard fire hose threads in accordance with 2-2 NFPA 1963, Fire Hose Connections. Hydrants meet or exceed the specifications of the Mueller Centurion Dry Barrel Fire Hydrant.






  1. Replacement of fire hydrant shall consist of excavation around hydrant, removal of hydrant and stem from water main at the 90 degree turn upward, installation of new hydrant and stem, backfill, seed and straw. In the event that concrete curb or asphalt must be removed to access the hydrant connection, it shall be replaced to match existing. Hydrant connections shall either be bolted with a flange to existing underground flange or the use of “Mega-Lugs” is permitted in cases where flanges are not present.






  1. KTR shall provide concrete thrust blocks having a minimum compressive strength of 3,000 psi. Provide restrained joints in accordance with NFPA 24, Chapter 10.2.15. KTR shall wrap all water main joints with 8 mil polyethylene wrap. KTR shall provide a pour card to the Contracting Officer’s representative. KTR shall have forms inspected by the Contracting Officer’s representative prior to placement on concrete.






  1. Contractor shall ensure newly installed fire hydrants are plumb and level to associated watermain riser. Contractors shall not backfill, nor complete the installation until the Contracting Officer’s representative verifies each hydrant is plumb and level. The Contractor shall provide a minimum of 2 working days’ notice to the Contracting Officer’s representative prior to inspection.






  1. KTR shall replace or add isolation valve to each hydrant.






  1. KTR shall install a 3-inch gate valve and box, 5 feet from rear of Casey Building 2594 rear. Asphalt shall be return to original state.






  1. KTR shall clearly mark each new hydrant with an identification decal, number assigned by the installation.






  1. KTR shall flush water mains and service in accordance with NFPA 24.






  1. KTR shall use third party locator before any digging. KTR bid shall include locating building isolation valves.






  1. All contractor performing work on Humphreys Engineer Center shall pass local background check.






  1. Contractor shall not leave any areas in an unsafe manner and shall remove debris or trash from work site and installation after work completion.






  1. Any Government property damaged by contractor shall be repaired to a condition acceptable to the Government at no additional cost to the Government.






  1. All work shall be coordinated with the technical POC. Work hours varied based on project schedule. Performance period may be on the weekend.






  1. All material used for this project shall be new, and any requests to use equivalent parts and materials must be made and approved by the technical POC prior to purchase/installation of materials.






  • All work performed shall not be accepted until 100% complete to the satisfaction of technical POC.





For additional information on this requirement, please see the attached Statement of Work (SOW).





Proposal Submission Instructions:






  1. Point of Contract (POC): Questions and quotes shall be sent via E-mail to the POC for this requirement to Giuseppe G. Mirizzi at Giuseppe.G.Mirizzi@usace.army.mil. The Offeror is responsible for verifying receipt by the POC.






  1. Site Visit: A site visit will be REQUIRED for this project. During the site visit attendees will have access to the locations where the construction work will be conducted and can ask questions about the facilities and requirements. The site visit will be held at 9:00 AM on 25 August 2023 with the HECSA Building Management Specialist, Mr. Rodney Roberts. Please contact the Contract Specialist, Giuseppe G. Mirizzi, at Giuseppe.G.Mirizzi@usace.army.mil, or 703-428-7081 no later than 12:00 PM EST on 24 August 2023 if you intend to attend the site visit.; you are expected to submit the full legal name and social security number of the individual(s) who will be attending the site visit. If a representative from your firm does not attend the site visit, your firm’s proposal will not be considered for award.






  1. Proposal Questions: Any questions regarding this combined synopsis/solicitation must be submitted to the Contract Specialist via email no later than 29 August 2023 at 4:00 PM Eastern Time in order to allow the Government time to review and respond accordingly. Questions received after the date and time specified above are not guaranteed to be answered prior to the solicitation closing date






  1. Proposal Due Date: The closing date for the delivery of a response to this combined synopsis/solicitation is on or before 5:00 PM Eastern Daylight Time (EDT), on Wednesday 6 September 2023.






  1. Submission: Proposals shall be electronically submitted to the POC above. Your submission shall include two separate parts: 1) Price quote and 2) Technical Approach. The Technical Approach shall be submitted in MS Word or searchable PDF format. The Price quote shall be submitted in MS Word or MS Excel. The firewall utilized by the Government contracting office does not authorize or accept zip files. It is the offeror’s responsibility to ensure that the transmission is received by the Government prior to the closing date and time. Upon receipt of an electronic quote, the Government will acknowledge receipt of that quote via email to the offeror.






  1. Insurance: Insurance shall be required in accordance with FAR 52.228-5, Insurance-Work on a Government Installation. The offeror selected for award will have to provide a Certificate of Insurance for the work sites. Hence, please include the cost of such insurance in your price proposal. You do not have to provide the insurance with your offer. The amount of insurance required is described in FAR 28.307-2, Liability. Prior to starting work you must provide us with proof of Liability, Worker Comp, and Automotive Insurance for any work performed






  1. Performance and Payment Bond: You will be required to furnish a performance bond and payment bond for this contract to protect Government interests in event the Contract is not completed, in Accordance with FAR 52.228-15, Performance and Payment Bonds – Construction.






  1. Safety: A SSHO (OSHA certified) and/or a competent person (similarly OSHA certified) must be present onsite during all work activities for this project. This person can perform trade work, provided they are in the presence of the other workers and are able to see their work activities.






  1. Wage Determination (W.D.): This work is subject to the Davis-Bacon Act (DBA). Work must be performed with employees who are paid consistently with the prevailing wage rates for this area. The applicable Wage Determination (Davis-Bacon Act Wage Determination VA20220178) is attached. Please advise whether any of the assigned personnel will be hourly works (vice salaried professionals) paid in accordance with this W.D.





Proposal Content and Format Instructions:





Quotes shall be provided in two separate volumes (technical and price) and shall be clearly and concisely written as well as being indexed and logically assembled.





The Offeror’s quote shall contain the following:






  1. Technical Approach: The Offeror shall submit a written technical approach (schedule with work breakdown of tasks) which effectively demonstrates the Offeror’s clear understanding of the SOW, how the offeror intends on meeting the requirements identified in the SOW, the proposed personnel to perform the requirements of the SOW, and proof of insurance. Also, provide a Bill of Materials (BOM) or comparable document that shows materials/equipment to be provided/used. The technical quote, including any supporting documents, is to be clear and concise.






  1. Pricing Sheet: The Offeror’s proposal shall include a complete pricing sheet in the format provided below:









CLIN Description Quantities Units of Measure Total



0001 Labor for “USACE HEC Fire Hydrant Replacement” 1 Job



0002 Materials for “USACE HEC Fire Hydrant Replacement” 1 Job



0003 Overhead and Fees 1 Job



0004 Bond Fee 1 Job



Total Price




  • Note: Offeror’s proposal shall remain valid for a minimum of 30 days from the date of submission.

  • Note: Offeror must provide a breakout of labor and material costs with their submission.





Evaluation Criteria: - LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA)





Basis for award: The Government will award a contract resulting from this combined



synopsis/solicitation on the basis of the lowest evaluated technically acceptable price of responsible offers whose services meet the requirements as listed in the attached Statement of Work (SOW).




  1. Factor I – Technical Approach: The Offeror’s technical quote shall clearly reflect the offeror’s approach (schedule with work breakdown of tasks) to execute and comply with the performance requirements to include all task and key personnel identified in the SOW. Also, provide a Bill of Materials (BOM) or comparable document that shows materials/equipment to be provided. The technical quote, including any supporting documents, is to be clear and concise.






  1. Factor II – Price: A price evaluation will be conducted per FAR 15.404-1(b).





Ratings for Evaluation Factors:



Table A-1 Technical Rating



Rating Description



Acceptable Quote clearly meets the minimum requirements of the solicitation



Unacceptable Quote does not clearly meet the minimum requirements of the solicitation





Clauses/Provisions: See Attachment 3 to view the provisions incorporated into this solicitation.





Offerors are required to be actively registered with the System for Award Management (SAM) at



www.sam.gov prior to award. Offerors are highly encouraged to download and review all attachments to this solicitation prior to submitting an offer.





Attached Files



Attachment 1 – Statement of Work (SOW)



Attachment 2 – Davis-Bacon Act Wage Determination VA20220178



Attachment 3 – Provisions




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 7701 TELEGRAPH ROAD
  • ALEXANDRIA , VA 22315-3860
  • 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 >