Similar Projects
Pilgrim High School Replacement - Warwick Public Schools
New Construction, Infrastructure
Conception
$30,000,000 CJ est. value
Warwick, RI 02888

Toll Gate High School Replacement - Warwick Public Schools
New Construction, Infrastructure
Conception
$30,000,000 CJ est. value
Warwick, RI 02886

Division Road Residences
New Construction, Infrastructure
Design
$158,000,000 CJ est. value
East Greenwich, RI 02818

Hallene Road Distribution Facility
New Construction, Infrastructure - 541,000 SF
Design
$58,400,000 CJ est. value
Warwick, RI 02886

Providence Street (WW) Wall Repairs
Infrastructure, Renovation
Post-Bid
$2,000,000 CJ est. value
West Warwick, RI 02893

Site Improvements - Park Elementary School and Scott Elementary School
Renovation
Post-Bid
$500,000 est. value
Warwick, RI

Southside Site Work and Grading
Infrastructure
Results
$3,918,816 CJ est. value
Warwick, RI 02886

Cedar Swamp Force Main Rehabilitation
Infrastructure
Results
$13,935,935 CJ est. value
Warwick, RI 02889

Post Road Contractor Storage Building
New Construction, Infrastructure
Pending Verification
$7,600,000 CJ est. value
Warwick, RI 02888

East Greenwich Luxury Estates
Demolition, New Construction, Infrastructure
Pending Verification
$7,800,000 CJ est. value
West Warwick, RI 02893

Gravity Thickner #1, #2 & Odor Control Rehabilation - City of Warwick
Infrastructure
Conception
$725,000 CJ est. value
Warwick, RI 02889

Deslandes Construction Parking Garage
New Construction, Infrastructure - 10,800 SF
Design
$500,000 CJ est. value
Warwick, RI 02888

Buckeye Brook Restoration Project
Infrastructure
Post-Bid
$1,243,200 CJ est. value
Warwick, RI 02889

Bridge Group 18A - EGR & NKS
Infrastructure
Results
$9,373,940 CJ est. value
West Greenwich, RI 02817

Post Road Apartments
Demolition, New Construction, Infrastructure
Pending Verification
$3,000,000 CJ est. value
Warwick, RI 02886

Last Updated 09/09/2023 05:12 AM
Project Title

Relocate Security Gate and Add Additional Fencing

Physical Address View project details and contacts
City, State (County) Warwick, RI 02886   (Kent County)
Category(s) Heavy and Highway, Transportation
Sub-Category(s) Airline/Passenger Terminal, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Request for Qualifications, Construction start expected October 2023
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Amendment 0002 posted on 31 August 2023 See formal SF30 Amendment titled "6973GH-23-R-00216 Amendment 0002" in the attachments/links section. This amendment makes changes to the solicitation as detailed on page 1 of the amendment which states: The purpose of this amendment is to: First: Set an additional date: Per 3.2.2.3-63 (CONSTRUCTION)(JUL 2004), a is scheduled for 07 September 2023 at 1000 EST at 464 Warwick Industrial Drive, Warwick, RI 02886 Second: Extend the closing date to 22 September 2023 at 1700 CT Third: All other terms and conditions remain unchanged and in full force and effect All offerors are required to acknowledge Amendment 0002 on page 2 of the SIR or provide a signed copy of the amendment (SF30) with their bid submission. If this amendment is not acknowledged or signed, the bid will be considered non-responsive. Note: The FAR references cited in SAM.gov are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS). AC-23-03783 Amendment 0001 posted on 25 August 2023 See formal SF30 Amendment titled "6973GH-23-R-00216 Amendment 0001" in the attachments/links section. This amendment makes changes to the solicitation as detailed on page 1 of the amendment which states: The purpose of Amendment 0001 is to incorporate Proposal and Bonds and Proposal Guarantee requirement. All offerors are required to acknowledge amendment 0001 on page 2 of the SIR or provide a signed copy of the amendment (SF30) with their bid submission. If this amendment is not acknowledged or signed, the bid will be considered non-responsive. Note: The FAR references cited in SAM.gov are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS). The Federal Aviation Administration (FAA) has a requirement for relocation of the existing 20-foot vehicle security gate further down the access road to operate as the egress and add additional fencing. Relocate all components associated with the "Tilt-A-Way" gate inclusive, but not limited to, the access controls, and telephone. Additionally, install one new 18" vehicle gate to act as the ingress gate. It is anticipated that a stand-alone contract with Firm Fixed-Price pricing arrangement will be awarded because of this solicitation. The NAICS code applicable to this requirement is 236220. The business size standard for this NAICS is $45M. Contractors must be registered with the System for Award Management (SAM,) www.sam.gov on the date established for receipt of offers. Reference AMS Clause 3.3.1-33, paragraph (d), "if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror." The FAA reserves the right to review and verify each offerors program eligibility. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for of any costs attributed to the preparation and submission of proposals. This project is intended to be funded by the Bipartisan Infrastructure Law (BIL). As such this project will be subject to associated FAA reporting requirements. If a contract is awarded, the contractor will be responsible for associated reporting requirements on a quarterly basis and prior to final per the associated contract clause AMS 3.18-1 Bipartisan Infrastructure Law - Reporting Requirements (October 2022) that will be included in any resulting solicitation and contract. A copy of this clause and report form titled "Uniform Bipartisan Infrastructure Law (BIL) Data Report" are available in the attachments of this announcement. All questions regarding the project/specifications/plans must be received in writing (Samantha.A.Pearce@faa.gov) no later than 3:00 p.m. CDT, 1 week prior to the closing date to allow for responses to be provided prior to due date for receipt of proposals. Per 3.2.2.3-63 (CONSTRUCTION) (JUL 2004), a is scheduled for 21 June 2023 at 1100 EST at 3550 Belvedere Rd West Palm Beach, FL 33406. Provide the name of attendees to the Contracting Officer four (4) days prior to . Attendees are required to perform a self-wellness check prior to arriving and social distance while on- when possible. Any responses received after the time specified may not be considered in accordance with AMS Provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor's response may be determined ineligible. All questions regarding the project/specifications/plans must be received in writing (Samantha.A.Pearce@faa.gov) no later than 3:00 p.m. CDT, 1 week prior to the closing date to allow for responses to be provided prior to due date for receipt of proposals. Mark all emails with Solicitation No. 6973GH-23-R-00216.

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Windows, Special Function Windows, Security Windows, Access Control Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Directories, Signage, Telephone Specialties, Compartments and Cubicles, Toilet Compartments, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Protective Covers, Flagpoles, Pest Control Devices, Flags and Banners, Security Mirrors and Domes.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Cleaning and Disposal Equipment.
Division 12 - Furnishings, Art, Casework, Seating.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Packaged Generator Assemblies, Engine Generators, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Site Lighting, Walkway Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Speed Bumps, Pavement Markings, Tactile Warning Surfacing, Fences and Gates.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 41 - Material Processing and Handling Equipment, Conveyors.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents