Similar Projects
Jefferson Avenue & Yorktown Road Improvements (I-64) - City Of Newport News
Infrastructure
Conception
$1,557,000 CJ est. value
Newport News, VA 23606

Warwick Boulevard And Oriana Road Highway Safety Improvement Program Intersection Improvements - City Of Newport News
Infrastructure
Conception
$724,900 CJ est. value
Newport News, VA 23608

Warwick Health Sciences Academy - Renovations
Renovation, Infrastructure
Design
$700,000 CJ est. value
Newport News, VA 23601

Virgil I. Grissom Library New Building - City of Newport News
New Construction, Infrastructure - 34,234 SF
Design
$16,000,000 CJ est. value
Newport News, VA 23608

The Coile Apartments
New Construction, Infrastructure - 83,886 SF
Bidding
$23,000,000 CJ est. value
Newport News, VA 23607

Peninsula Animal Shelter Laundry Room Addition
Addition, Demolition, Infrastructure
Bidding
$8,000,000 CJ est. value
Newport News, VA 23605

Tech Center Drillfield
Demolition, New Construction, Infrastructure
Sub-Bidding
$3,500,000 CJ est. value
Newport News, VA 23606

RFQ Contractor - Phlipott Landslide Construction
Infrastructure
Post-Bid
$10,000,000 CJ est. value
Bassett, VA 24055

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Merry Point Dock Pile Installation
Infrastructure
Results

Multi-Use Trail Construction Projects
Infrastructure
Results
$400,000 CJ est. value
Hillsboro, VA 20132

Wawa W50 VA
New Construction, Infrastructure - 5,330 SF
Pending Verification
$2,000,000 CJ est. value
Newport News, VA 23608

Chick-fil-A / Newport News
New Construction, Infrastructure
Pending Verification
$2,000,000 CJ est. value
Newport News, VA 23608

The Birthplace of America Trail Warwick, Elmhurst and Yorktown Road Shared-Use Path TAP - City of Newport News
Infrastructure
Conception
$729,456 CJ est. value
Newport News, VA 23603

Main Street Pump Station and Plant - City of Newport News
Infrastructure
Design
$9,285,000 CJ est. value
Newport News, VA 23601

Last Updated 08/24/2023 01:11 PM
Project Title

James River Reserve Fleet (JRRF) Deck and Ramp Replacement

Physical Address View project details and contacts
City, State (County) Newport News, VA 23604   (Newport News City County)
Category(s) Heavy and Highway
Sub-Category(s) Dock/Pier/Marine, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $100,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This is a solicitation for a firm-fixed-price (FFP) construction contract. This announcement constitutes only a solicitation; a quote is being requested, not a sealed bid. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-02, effective 03/16/2022. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The Federal Acquisition Regulations (FAR) and Transportation Acquisition Regulations (TAR) clauses may be accessed in full text at http://www.acquisition.gov/far/. The associated North American Industrial Classification System (NAICS) code for this procurement is 238990, PSC Z2AZ with a small business size standard of $19M. The magnitude of construction is $25,000 - 100,000 MARAD is seeking to issue a firm fixed price contract to remove and replace existing deck, ramps and entry to buildings 2612, 2608, and 2611 located at the James River Reserve Fleet (JRRF) shore facilities onboard Fort Eustis base compound in accordance with the Statement of Work (SOW) below. The vendor shall provide a quote with the printed name and signature of an individual authorized to provide quotes on company estimate and quote forms showing itemized pricing and a total price including the fully burdened labor rate. The resulting contract is subject to the Davis-Bacon Act and required to pay at least the applicable minimum wage rate required by Wage Determination 2015-4341 Rev. 22 dated 12/27/2022. All potential vendors shall provide a quotation for the following: CLIN Description Qty Unit Unit Price Total (Remove and replace existing deck, ramps and entry to buildings 2612, 2608, and 2611 IAW the requirements of the SOW. 1, Job.) Basis For Award - This will be a Small Business set-aside Award as stated above. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Robert McDermott at robert.mcdermott@dot.gov and Contract Specialist, Cory Lynch at cory.lynch@dot.gov no later than 09 AUG 2023 at 1:00 pm EDT. Any questions received after this date are not guaranteed to be addressed. Responses to questions received prior to the deadline will be posted via an amendment to this solicitation. Submissions shall be received no later than 17 AUG 2023 at 1:00 pm EDT via email. All quotations shall be delivered via email to Contracting Officer, Robert McDermott at robert.mcdermott@dot.gov and Contract Specialist, Cory Lynch at cory.lynch@dot.gov. PROPOSAL SUBMISSION: Proposal must consist of the following: 1. Completed Standard Form 1442 2. Complete cost proposal to include a breakdown of material and labor costs JAMES RIVER RESERVE FLEET (JRRF) STATEMENT OF WORK Replacement of Decks and Ramps. Abstract of Work Contractor shall remove and replace existing ramp entryway on buildings 2612 and 2608, replace the exterior door for building 2611, and repair work listed below at the James River Reserve Fleet (JRRF) shore facilities onboard Fort Eustis base compound. Location, Hours of Operation and Point of Contacts Location: James River Reserve Fleet 2612 Harrison Rd Fort Eustis, VA 23604 Authorized Workdays and Hours of Operations: JRRF hours of operation are from 7:00am to 5:30pm, Monday through Thursday. Vendors may schedule a site visit from between the hours of 8 am to 3pm by contacting James Holden during dates provided in solicitation. Points of Contacts: Technical & Onsite POC: James Holden at 757-274-4116 and email: james.holden@dot.gov Requirements: a. Work under this contract shall be initiated within thirty days of contract award and completed; thereafter, within (2) weeks of the contract award. b. Materials and equipment identified in the specifications shall be new and free of defects. c. The contractor shall clean and restore all areas disturbed by work outlined in the specifications as original. The space shall be kept in a safe and clean condition. d. The contractor shall provide all labor, equipment, materials, parts, and tools to accomplish the work outlined in this statement of work. Government Furnished Property: There will be no Government Furnished Property or Equipment provided under this contract. The contractor shall be required to provide all equipment required to complete this requirement. Statement of Work This project will include: Building 2612 (Admin) Remove current ramp and landing at rear entry. Install new decking, stairs and ramps using commercial grade aluminum material utilizing same footprint/layout of removed deck, and ramp. Clean and haul away all job-related debris Building 2608 (Locker Room) Remove current stairway and landing Install new landing and stairs using commercial grade aluminum material Utilizing same footprint of landing Stairway orientation will be changed from head on egress to right side egress. Clean and haul away all job-related debris Building 2611 (Electrical Shop) Remove current exterior door and frame at Electrical Shop building 2611 Install new steel door and frame with 1/2 lite kit with 1/4 " clear tempered glass with new hinges, closer and sweep, reuse current lockset at Electrical Shop Building 2607 (Machine Shop) Shim door hinges on bldg. 2607 Machine Shop door Building 2606 (Employee Kiosk) Install 2 each window latches in computer kiosk room Inspection and Acceptance: The Contracting Officer or the delegated COR will inspect from time to time the work being performed and the supplies furnished to determine whether construction is being performed in a satisfactory manner, and that all supplies are of acceptable quality and standards. Final Inspection and Acceptance: If the Contracting Officer or the delegated COR is satisfied that the work under the contract is complete and all required submittals are received, the contract will be considered physically complete. The contractor may submit the final invoice for payment upon physical completion. Safety and Security Requirements: The contractor is responsible for providing their employees and subcontractors with safety equipment. Contractor employees will be required and shall be able to gain access to the Fort Eustis facility by being vetted by the Joint Base Langley Eustis (JBLE) Security Forces Visitor Center. This will be coordinated with James Holden, JRRF Administrative Officer, at least two days prior to commencement of work. THIS IS A REQUIREMENT AND INVOLVES SUBMITTING PERSONAL IDENTIFICATION INFORMATION TO INCLUDE NAME, DOB, AND DRIVER LICENSE NUMBER/STATE. Deliverables: Fully installed commercial grade aluminum decking/ramps/stairs to buildings 2605, 2612, and 2608 that meets the specifications of this scope of work. Warranty: Standard Commercial Warranty on all parts, material and labor shall be provided under this contract. The warranty shall cover labor costs associated any repairs required during the warranty time frame. Primary Point of Contact.: Robert McDermott U.S. Dept. of Transportation, Maritime Administration Regional Acquisition Support Group 7737 Hampton Blvd Bldg 19 Ste 300 Norfolk, VA 23505-1204 Desk: 757-322-5824 Cell: 757-262-7216 Email: robert.mcdermott@dot.gov Secondary Point of Contact: Cory C. Lynch Contract Specialist U.S. Department of Transportation Maritime Administration - Division of Atlantic Operations (DAO) 7737 Hampton Blvd Building 19 Suite 300 Norfolk, VA 23505 Phone: 757-322-5822 E-mail: cory.lynch@dot.gov Contracting Office Address: Office of Acquisition, MAR-380 7737 Hampton Blvd Bldg 19 Ste 300 Norfolk, Virginia 23505 United States *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 35 - Waterway and Marine Construction, Common Work Results for Waterway and Marine Construction, Waterway and Marine Construction and Equipment, Marine Construction and Equipment.

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