Similar Projects
Replacement of Doors at Multiple Municipal Locations
Renovation
Post-Bid
$500,000 CJ est. value
Hinesburg, VT 05461

Marble Valley Regional Correctional Facility (MVRCF) Alpha Door Replacement
Alteration
Results
$200,000 est. value
Rutland, VT 05701

Replace Two Window Lintels at Rutland City Hall
Renovation
Post-Bid
$600,000 CJ est. value
Rutland, VT 05701

BGS - Forensics Lab Window Sill Mortar Repair
Renovation, Infrastructure
Results
$78,950 CJ est. value
Waterbury, VT 05671

Retainer Contracts for Overhead Door Services Statewide
Renovation
Post-Bid
$50,000 CJ est. value
Montpelier, VT 05602

Oak Grove Elementary School Select Window Replacement Project
Renovation
Results
$247,106 CJ est. value
Brattleboro, VT 05301

Gatehouse Overhead Coiling Entry Door Replacement
Renovation
Post-Bid
$100,000 CJ est. value
Townshend, VT 05353

Last Updated 08/26/2023 06:05 AM
Project Title

Gatehouse Entry Doors Replacement, North Springfield Lake, Springfield

Physical Address View project details and contacts
City, State (County) Springfield, VT 05156   (Windsor County)
Category(s) Single Trades
Sub-Category(s) Windows/Doors
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected October 2023
Bids Due View project details and contacts
Estimated Value $250,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The U.S. Army Corps of Engineers - New England District is issuing a Solicitation Notice for the Replacement of the Gatehouse Overhead Coiling Entry Door, Townshend Lake, Townshend, VT. THE WORK CONSISTS OF: Furnishing all equipment, materials, labor, and transportation necessary for the Replacement of the Gatehouse Overhead Coiling Entry Door in accordance with the Statement of Work. This is a request for offers at this time. The solicitation requirements and contract documents, to include instructions for submission, and the response date are within this solicitation. Neither telephonic, mailed nor faxed requests for hard copies of this solicitation will be accepted. The solicitation will only be available online; in order to download the solicitation offerors must access www.SAM.gov. This procurement is set-aside for small business vendors. The applicable NAICS code is 238290 with a Small Business Size Standard of $22 Million. All Offerors Must Have an Active Registration in Sam.gov at the Time of Submission in Order to Be Considered. Any Offeror That Does Not Have an Active Sam.gov Registration Will Be Rejected as Non-responsive. Instructions to Offerors *site Visits Are Highly Recommended Prior to Providing a Quote. See Clause 52.236-27 for Additional Information. *please Direct Questions to Ann Murphy Adley at (978) 318-8255 or Ann.m.adley@usace.army.mil. Any Information Received at the Site Visit Which Conflicts With This Solicitation Should Be Brought to the Attention of Ann Murphy Adley. The Solicitation and Resulting Contract Shall Be the Governing Document in All Cases. ** Quotes Can Be E-mailed to Ann Murphy Adley at Ann.m.adley@usace.army.mil. NOTE 1: In accordance with FAR Part 28.101-1(c), the Contractor will NOT be required to provide a Bid Guarantee. NOTE 2: In accordance with FAR Part 28.102-1(b), the Contractor will be required to provide the following payment protections for all construction contracts greater than $150,000.00. Payment Bond or (ii) Irrevocable Letter of Credit and (iii) Performance Bond A Payment Bond or Irrevocable Letter of Credit is the SELECTED payment protection for the Government. The penal amount of bond shall be 100% of the original contract price. If the contract price increases, the Government will require an increase in the penal sum of the existing bond. This bond shall be submitted to the Contracting Officer within 10 days after receipt of award. A Performance Bond shall be required if the total price of the quote is greater than $150,000.00. The penal amount of the Performance Bond shall be 100% of the original contract price. If the contract price increases, the Government will require an increase in the penal sum of the existing bond. This bond shall also be submitted to the Contracting Officer within 10 days after receipt of award. NOTE 3: In accordance with FAR Part 28.102-1(c), the Contractor will be required to provide one of the following payment protections for all construction contracts greater than $35,000.00 but not greater than $150,000.00. (1) Payment bond or (ii) Irrevocable letter of credit A Payment Bond or Irrevocable Letter of Credit is the SELECTED payment protection for the Government. The penal amount of bond shall be 100% of the original contract price. If the contract price increases, the Government will require an increase in the penal sum of the existing bond. This bond shall be submitted to the Contracting Officer within 10 days after receipt of award. NOTE 4: QUOTATION INSTRUCTIONS: 1. If subcontractor will be used for this work, please provide company name: 2. In accordance with FAR Part 52.204-7(b)(1) Contractors must be registered in the System for Award Management (SAM) database (www.SAM.gov) to submit a quote (formerly the Central Contractor Registration. 2. Location -- North Springfield Lake is located at 98 Reservoir Rd, Springfield, VT 05156. 3. Site Visit -- Contact the Technical Point of Contact (TPOC) to arrange a site visit. The Technical Point of Contact is Project Manager Jason Farnsworth 978-318-8456 or iason.farnsworthusace.armv.mil 4. Schedule -- The work shall be completed 343 days from the Notice to Proceed. The Contractor will coordinate with the Government for the estimated start date. Work shall be performed Monday through Friday 7:00 AM to 3:30 PM unless otherwise approved by the Technical Point of Contact. No work shall be done on weekends or Government holidays. All submittals to include safety and product submittals shall be submitted, reviewed, and accepted within 30 days of Notice to Proceed. Door and frame shop drawings shall be submitted, reviewed, and accepted within 45 days of Notice to Proceed. 5. Safety Requirements -- All work shall be conducted in accordance with the U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1, most recent edition), and all applicable OSHA, federal, state, and local safety, and health requirements. A copy of EM 385-1-1 can be accessed at the project office or electronically at Headquarters USACE website under publications using the following link: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM 385- 1-1.pdf Project staff reserve the right to cease work at any time should the safety of employees, Contractors, and/or the public become jeopardized. a. Accident Prevention Plan: The Contractor shall prepare an Accident Prevention Plan (APP) specific to the activities being performed. It shall include Activity Hazard Analyses (AHAs) as described below. A non-mandatory, fillable APP template is available upon request. However, the contractor is permitted to submit their own plan, at a minimum it must meet the requirements of EM 385-1-1, Appendix A. A preparatory meeting shall be conducted by the prime contractor to discuss the APP contents with all affected onsite employees. The Prime Contractor is responsible for informing their subcontractors of the safety provisions under the terms of the contract, the penalties for noncompliance, and inspecting subcontractor operations to ensure that accident prevention responsibilities are being carried out. Weekly safety meetings shall be held and documented. Records shall be available to the TPOC upon request. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 08 - Openings, Doors and Frames, Windows.

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