Similar Projects
RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

Beltway Plaza Redevelopment - Master Plan
New Construction - 720,000 SF
Design
$10,000,000 CJ est. value
Greenbelt, MD 20770

Beltway Plaza Redevelopment - Phase 1
New Construction
Design
Greenbelt, MD

RFP - Stormwater Consultant Services for Engineering, Construction Management and Inspection Services
Term Contract
Bidding
Upper Marlboro, MD 20772

Wawa #8546 / Laurel
New Construction, Infrastructure - 5,585 SF
Bidding
$1,500,000 CJ est. value
Laurel, MD 20707

Brush and Tree Cutting and Stump Removal at Various Locations for Laurel Shop in Prince Georges County
Term Contract
Sub-Bidding
$1,000,000 CJ est. value
Clinton, MD 20735

Marlboro Maintenance Roadside Litter Pickup, Hand Mowing and Trimming
Term Contract
Sub-Bidding
Upper Marlboro, MD 20772

Design Build Cree Drive Drainage Improvements and Road Repair
Post-Bid
Forest Heights, MD 20745

Galvanized Pipe Replacement (RGH)
Post-Bid
Laurel, MD 20707

Patuxent Raw Water Pipeline Phase I and Phase II
Results
Less than $10,488,180 est. value
Laurel, MD 20707

Indefinite Delivery Indefinite Quantity (IDIQ) Paving at Various Locations, Washington DC, MD, & VA
Results
Less than $75,000,000 est. value
Washington, DC

PEPCO Champlain Substation Replacement
New Construction, Alteration
Pending Verification
$16,000,000 est. value
Hyattsville, MD 20783

Adventist HealthCare Fort Washington Medical Center
New Construction, Infrastructure
Pending Verification
$10,000,000 CJ est. value
Fort Washington, MD 20744

Prince George's Plaza Community Center - 4.99.0127 - Prince George's County
New Construction, Demolition, Infrastructure
Conception
$665,000 est. value
Hyattsville, MD 20782

Last Updated 08/09/2022 03:04 AM
Project Title

Fort Washington Lighthouse Road and Lighthouse Rehabilitation

Physical Address View project details and contacts
City, State (County) Fort Washington, MD 20744   (Prince Georges County)
Category(s) Entertainment/Recreation, Heavy and Highway, Sewer and Water
Sub-Category(s) Maintenance, Misc. Recreational, Paving/Reconstruction, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $1,000,000 [brand] Estimate
Plans Available from Agency's Affiliate - 08/18/22
Owner View project details and contacts
Architect View project details and contacts
Description

National Park Service National Capital Region Office of Acquisition 1100 Ohio Drive Washington, DC 20242 ACTION CODE: N/A PROJECT TITLE: Fort Washington Lighthouse Road & Lighthouse Rehabilitation PROPOSED SOLICITATION NUMBER: 140P3022R0030 CLOSING RESPONSE DATE: TBD on or about 9/17/2022 CONTRACT AWARD NUMBER AND DATE: TBD on or about 9/24/2022 CONTRACTOR: TBD GENERAL: The National Park Service (NPS), Department of Interior, anticipates issuing a solicitation for the project described below. This is a pre-solicitation notice only and does not constitute a solicitation; accordingly, no response is due at this time. No questions with regard to this presolicitation notice will be answered. Specific instructions on submitting proposals will be contained in the solicitation documents. It is anticipated that the solicitation will be issued on or around 8/18/2022. The entire solicitation package, including all attachments, will be available electronically at: www.sam.gov Paper copies of this solicitation will not be made available. PROJECT SCOPE: Fort Washington (FOWA) administered by National Capital Parks-East (NACE) requires Lighthouse Road to be replaced. Additionally, the scope includes rehabilitation of the Historic Lighthouse referred to as Fort Washington Light 80. All carpentry and masonry trades must be experienced with historic carpentry and masonry. The work includes: A. Lighthouse Road - Remove existing asphalt pavement, regrade, and repave with an exposed aggregate concrete surface. B. Lighthouse Road - Install storm drain. C. Lighthouse Road - Install storm water management bioswale and associated landscaping. D. Lighthouse - The four brick masonry piers are to be repointed, repainted, and flashed. E. Lighthouse - Damaged portions of the heavy timber sills are to be prepared or removed and replaced with matching new sills. All sills shall be reanchored into repaired foundations. F. Lighthouse - The exterior wood framing, soffits, fascia, siding, and trim are to be repaired and repainted. G. Lighthouse - Install three new double-hung windows and a new door. H. Lighthouse - Paint metal roofs as indicated. PLACE OF PERFORMANCE: FOWA 13221 Fort Washington Rd., Fort Washington, MD 20744. ESTIMATED MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204, the project magnitude is estimated to be between $500,000 and $1,000,000. PROCUREMENT TYPE: The Government anticipates awarding a firm fixed-price construction contract to meet this requirement. SET-ASIDE: This acquisition will be a 100% Small Business Set-aside. Offers will be solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 237310 Highway, Street, and Bridge Construction and the small business size standard is $39.5. PRODUCT SERVICE CODE (PSC): Z2QA Repair Or Alteration Of Restoration Of Real Property (public Or Private). BONDS: All offerors will be required to submit a bid bond with offers at 20% of the bid price. The successful offeror shall be required to provide performance and payment bonds for 100% of the contract award price. PERIOD OF PERFORMANCE: The contract performance period is expected to be 365 days from the start date on the Notice to Proceed. PRE-PROPOSAL CONFERENCE / SITE VISIT: It is anticipated that a Pre-Proposal Conference / Site Visit will be scheduled on or around the last week of August 2022. Specific details regarding the site visit will be provided in the solicitation as will a site visit agenda. RSVPs will be required for attendance. SOURCE SELECTION PROCESS: Proposals received in response to the solicitation will be evaluated in accordance with source selection procedures outlined in FAR Part 15 for Best Value Low Price Technically Acceptable as applicable. The Government anticipates awarding a contract resulting from the solicitation to the responsible offeror whose offer conforms to the solicitation that will be most advantageous to the Government, price and other factors considered. SYSTEM FOR AWARD MANAGEMENT: Offerors must have a UEI number and an Active Registration in SAM, System for Award Management (www.sam.gov) in order to conduct business with the Federal Government. Offerors are required to complete Online Representations and Certifications at the SAM website. - 2 - The method of contractor selection has not been determined at this time. *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 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Entrances, Windows.
Division 09 - Finishes, Plaster and Gypsum Board, Ceilings, Flooring, Carpeting, Painting and Coating, Painting.
Division 12 - Furnishings.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 26 - Electrical.
Division 27 - Communications.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks.
Division 34 - Transportation, Operation and Maintenance of Transportation.

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