Similar Projects
US 29 Pedestrian and Bicycle Improvements - P502304 - Montgomery County
Infrastructure
Conception
$4,500,000 CJ est. value
Bealeton, VA 22712

US 29 Pedestrian and Bicycle Improvements - P502304 - Montgomery County
Infrastructure
Conception
$4,500,000 CJ est. value
Bealeton, VA 22712

Latex Overlay I-66 Wbl Over Relocated Broad Run
Infrastructure
Bidding
$1,306,000 CJ est. value
Warrenton, VA 20186

Latex Overlay I-66 Wbl Over Relocated Broad Run
Infrastructure
Bidding
$1,306,000 CJ est. value
Warrenton, VA 20186

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

Governor's Quad Pavers
Post-Bid
Radford, VA 24141

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

Timber Fence Trail, Phase 1 Construction
Results
Warrenton, VA

Blue Heron Landing Park
Infrastructure
Post-Bid
$775,000 CJ est. value
Chesapeake, VA 23325

Sidewalk Curb and Gutter Construction
Results
Warrenton, VA

Roadway Subgrade Stabilization - I-66 Fauquier County
Infrastructure
Post-Bid
$35,000 est. value
Marshall, VA 20116

Subgrade Stabilization
Infrastructure
Results

Structure Replacement Fostoria Ave Bridge
Demolition, New Construction, Infrastructure
Post-Bid
$600,000 CJ est. value
Moundsville, WV 26041

Glade Mountain / Killinger Creek Reclamation
Infrastructure
Results
$110,000 to $180,000 est. value

2021 Plant Mix
Infrastructure
Results
$1,859,000 est. value

Last Updated 08/29/2022 08:57 AM
Project Title

(QPL ARSR) Parking Lot Replacement

Physical Address View project details and contacts
City, State (County) The Plains, VA 20198   (Fauquier County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Paving/Reconstruction, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Construction start expected October 2022
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

REQUEST FOR PROPOSAL The Federal Aviation Administration (FAA), Eastern Acquisitions-AAQ-570, College Park, GA, is issuing Screening Information Request (SIR) Number 697DCK-22-R-00503, QPL ARSR Radar Site, The Plains, VA as detailed in the Statement of Work (SOW) and Drawings attached to the Solicitation in accordance with the Acquisition Management System (AMS) 3.2.2.2 Policy as supplemented with additional information included in this notice. The FAA contemplates award of a Firm Fixed Price Contract as a result of this solicitation. This requirement is set-aside and offered to all small business concerns. The NAICS code for this acquisition is 237310 - Construction and Other Industrial Buildings - Standard Size - $39.5 million. The estimated Cost magnitude for this project is: -Between $100,000 and $250,000 When responding to this Screening Information Request/Request for Proposal (SIR/RFP), each offeror is required to submit a technical proposal and a cost proposal in accordance with the Screening Information Request (SIR) provision in Section L entitled, "Instructions, Conditions, and Notices to Offerors." All interested sources should first attempt to download the attached SIR document(s). If downloading is not possible, all requests for copies of the SIR document(s) must be made in writing to the attention of James E. Love, Contracting Officer (AAQ-570), via e-mail at James.Love@faa.gov. NOTE: Electronic submission is preferred. The electronic submission should be in either Microsoft WORD format or portable document format (PDF), not in a zipped format. Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail in order to be received. All Questions/Requests for Information (RFI) must be emailed to James.Love@faa.gov by no later than September 2, 2022 2:00pm Eastern Daylight Time (EDT) to allow sufficient time to respond. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the solicitation process. Proposals must be received by email no later than September 9, 2022 3:00 PM EDT to James.Love@faa.gov. In accordance with SIR Section L provision 3.2.2.3-14 entitled, "Late Submissions, Modifications, and Withdrawals of Submittals," any proposals received after the due time and date of 3:00 p.m. EDT, September 2, 2022, will not be considered. In addition, if all requested information is not furnished in the offeror's proposal, the offeror's proposal may be determined to be non-responsive and ineligible for consideration for contract award. Note: A site visit is schedule for August 30, 2022 at 10:00am EDT. Attendance is HIGHLY RECOMMENDED. Point of Contact for site visit is Joseph Bosacco, Joseph.bosacco@faa.gov, Cell: 681-248-0485. To be considered for award of this project, the contractor must be currently registered in the System for Award Management (SAM) database (website: www.sam.gov) This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested proposal documentation. No individual notification of any amendments will be provided. It is the Offeror's responsibility to visit this website frequently for updates on this procurement. Acquisition Management System (AMS) applies to FAA in place of the Federal Acquisition Regulation (FAR) and various other provisions of Federal acquisition law. SITE VISIT (CONSTRUCTION) (JUL 2004) (a) AMS clauses 3.2.2.3-42, Differing Site Conditions, and 3.2.2.3-43, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded under this SIR. Accordingly, FAA urges and expects offerors to inspect the site where the work will be performed. (b) Site visits may be arranged during normal duty hours by contacting: Name: Joseph Bosacco Address: 3804 Bull Run Mountain Rd. The Plains, VA 20198 Telephone:681-248-0485 (End of provision) Page 42 3.2.4-1 TYPE OF CONTRACT (APR 1996) The FAA contemplates award of a firm fixed price contract resulting from this Screening Information Request STATEMENT OF WORK The asphalt access drive from the security gate to the parking lot area the QPL ARSR Radar site has deteriorated significantly, showing uneven areas, areas with 'alligator' cracking, and other areas with long cracks 1/4 " to 1/2 " in width. There areas where the asphalt along with base material are damaged and will require replacement & repairs. The work shall include the replacement of six exterior light fixtures with LED light fixtures. The contractor shall furnish necessary equipment, materials, labor and supervision to perform the following work at the QGV ARSR radar site, a Federal Aviation Administration (FAA) facility located at 3804 Bull Run Mountain Rd, The Plains, Virginia, 20198 (coordinates 38 52'56.20"N, 77 42'11.60"W). The asphalt access drive and parking lot areas encompass approximately 8,665 ft2. The asphalt access drive is approximately 13' x 115' = 1,495 ft2 (Drawing AED-D-29040-4/38). The asphalt areas were divided into sections to calculate the approximate square footage (Drawing AED-D-29040-4/38). The facility secure and is active 24 hours, 7 days a week. Work inside of the facility's security fence may require escort. The work will impact the operation of the security gate along with disruption of use & temporarily restrict access to some areas. This requires a plan be developed, with a schedule for the work activities and must be coordinated with the FAA's on-site representative. Areas to be closed must be coordinated with the on-site representative, to ensure adequate vehicular access for facility personnel. Supplemental information is in the attached Appendix, included are aerial photographs, site photographs, reference drawings/details and asphalt paving specification 32 12 16. 1. Contractor shall provide a plan including a site map indicating in stages which areas work will be performed, including specific days, and the duration the areas will be closed. This shall be coordinated before the project begins, and shall be reviewed/approved by the facility management. (Submittal Required) 2. The contractor shall mill or saw cut, remove and replace the existing asphalt parking lot down to the base. The contractor shall stripe up to 5 parking spaces, 10-foot wide and 20-foot long. The locations will be determined by the FAA on-site representative after the new asphalt has been placed. The asphalt access drive and parking lot areas encompass approximately 8,665 ft2. The asphalt access drive is approximately 13' x 115' = 1,495 ft2 (Drawing AED-D-29040-4/38). The asphalt areas were divided into sections to calculate the approximate square footage (Drawing AED-D-29040-4/38). For supplemental construction information or requirements refer to attached aerial photographs, and drawings, along with the associated construction details and notes related to the work to be performed. The new asphalt to be installed shall be a minimum 5" thick (compacted) the contractor shall field verify conditions, dimension and quantities. The existing conditions or asphalt thickness may require the contractor to excavate some base material in order to ensure final elevation matches the existing ground surface and ensure minimum 2% slope. The slopes should such that runoff flows away from the building and structures (typically toward the fence). Any discrepancies that may impact the work to be performed shall reported to the FAA upon discovery, in writing. Care shall be taken to minimize damage to the existing features not to be repaired or replaced. The security gate's traffic loops shall be replaced and this work shall be coordinated with the FAA. The contractor shall coordinate with the FAA while working at or adjacent to the FAA's security gate and shall minimized the time the gate is inoperable. At no time shall the FAA not have access to the facility, temporary closures may be permitted be must be coordinated and approved with the FAA's on-site representative. 3. The contractor shall remove and replace six exterior light fixtures and replace them with LED light fixtures. Mounting may require minor modifications to the existing mounting, conduits and new exterior junction boxes. There are four wall mounted lights shall be replaced with TWPX3 LED ALO 40K MVOLT DDBTXD (or equivalent) with the photocell option (PE). The two canopy exterior lights shall Page 2 of 27 be replaced with CNY LED P1 40K MVOLT DDB M4 (or equivalent) the photocell. Product data submittal required. 4. Removed asphalt shall be transported from site and taken to an asphalt recycler or properly disposed of in accordance with federal, state and local regulations. (Submittal Required) *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 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways.
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.

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