Longhouse Scenic Drive Rehabilitation Project – Allegheny National Forest McKean and Warren Counties, Pennsylvania
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Jul 26, 2023 07:34 am EDT
- Original Response Date:
- Inactive Policy: Manual
- Original Inactive Date: Sep 15, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code:
- NAICS Code:
- 237310 - Highway, Street, and Bridge Construction
- Place of Performance: Kane , PA 16735USA
Description
The U.S. Army Corps of Engineers, Pittsburgh District, has a project on behalf of the USDA Forest Service, Allegheny National Forest, Bradford Ranger District, to rehabilitate Longhouse Scenic Drive (FR 262) within the Allegheny National Forest, in accordance with the scope of work contained in the Interagency Agreement (IA) originally executed in July 2021.
This requirement has been divided into a Base Contract and three (3) Options.
The Base Contract work consists of rehabilitating Longhouse Scenic Drive (FR 262) from Station 130+96 to Station 447+00, including but not limited to the following tasks:
a. Complete work to repair the landslide.
b. Remove and dispose the existing culvert conveying Dutchman Run and provide an Aquatic Organism Passage structure and stream simulation.
c. Remove and dispose the existing culvert conveying Dewdrop Run and provide an Aquatic Organism Passage structure and stream simulation.
d. Remove and dispose the existing culvert conveying Elijah Run and provide the proposed culvert.
e. Remove and dispose the existing culvert conveying Trib 56529 to Dewdrop Run and provide the proposed culvert.
f. Remove and dispose existing culverts and provide 18", 24", 30", and 36" culverts.
g. Remove and dispose existing culvert headwalls and provide culvert headwalls for 24" and 30" culverts.
h. Remove and dispose existing CMP half-pipes and/or provide culvert outlet protection.
i. Address defective guide rail elements.
j. Remove and dispose existing guide rail delineators and provide new delineators.
k. Execute asphalt pavement 1.5" mill and overlay.
l. Execute full width full depth pavement replacement.
m. Execute known and/or miscellaneous pavement spot repairs.
n. Re-establish roadside ditches.
o. Perform roadside brushing and tree trimming.
p. Provide pavement markings.
q. Remove and dispose existing sign and post systems and/or provide new sign and post systems, pertaining to trail crossing(s).
r. Protection and maintenance of traffic during construction.
The Option 1 work consists of rehabilitating Longhouse Scenic Drive (FR 262) from Station 0+00 to Station 130+96 and from Station 447+00 to Station 597+86.04, and rehabilitating Jakes Rocks Road (FR 492) from Station 0+00 to Station 0+50, including but not limited to the following tasks:
a. Remove and dispose the existing culvert conveying Mead Eddy Run and provide the proposed culvert and culvert outlet protection.
b. Remove and dispose existing culverts and provide 18", 24", 30", 36", and 48" culverts.
c. Remove and dispose existing culverts and provide 65" x 40" Arch RCP Type B culverts.
d. Remove and dispose existing culvert and provide 36.25" x 22.5" Arch RCP Type B culvert.
e. Remove and dispose existing CMP half-pipes and/or provide culvert outlet protection.
f. Address defective guide rail elements.
g. Remove and dispose existing guide rail delineators and provide new delineators.
h. Execute asphalt pavement 1.5" mill and overlay.
i. Execute full width full depth pavement replacement.
j. Execute known and/or miscellaneous pavement spot repairs.
k. Execute shoulder treatments.
l. Re-establish roadside ditches.
m. Perform roadside brushing and tree trimming.
n. Provide pavement markings.
o. Remove and dispose existing sign and post systems and/or provide new sign and post systems, pertaining to trail crossing(s).
p. Protection and maintenance of traffic during construction.
The Option 2 work consists of removing and disposing existing sign and post systems and/or providing new sign and post systems along Longhouse Scenic Drive (FR 262), and associated protection and maintenance of traffic during construction.
The Option 3 work consists of completing all work to construct proposed Vehicular Pull-Off Areas 1, 3, 6, 10, and 11 along Longhouse Scenic Drive (FR 262), and associated protection and maintenance of traffic during construction.
The work shall be completed within 1,035 calendar days after written Notice to Proceed. Per FAR 36.204(d) the magnitude of construction is between $10,000,000 and $25,000,000.
This acquisition will be procured as a 100% Small Business Set-Aside. The resulting award will be for one (1) Firm-Fixed-Price (FFP) Contract. All responsible Bidders are encouraged to participate. The Invitation for Bid (IFB) will be issued on or about 10 August 2023, online through Procurement Integrated Enterprise Environment (PIEE) which posts the opportunity to SAM.gov; therefore, requests for hardcopies of the solicitation will not be honored.
The North American Industrial Classification System (NAICS) for this procurement is 237310 – “Highway, Street, and Bridge Construction” and the small business size standard is $45.0 Million.
In order to submit a Bid on this project, your company must-
1) Be registered in System for Award Management (SAM) and maintain an active registration status.
2) Be registered in the Procurement Integrated Enterprise Environment (PIEE) for the Solicitation Module with the PROPOSAL MANAGER role.
System for Award Management (SAM) Registration
Registering in SAM.gov includes both entity validation and entity registration.
To register in SAM:
a. Navigate to SAM.gov
b. Select Sign-In (top right)
c. Select Create an Account then Follow the Instructions.
d. After Account is Set-up, Select Sign In.
e. Under the Entity Management widget, Select “Get Started” button.
f. Select Register Entity. As part of entity registration, a Unique Entity ID will be assigned.
For Additional Information on SAM
To Register Your Entity (company), please visit https:/www.fsd.gov/gsafsd_sp?id=gsa_index . Here you will find the following,
Get Started with Your Registration
Check Registration Status – ACTIVE, INACTIVE, PENDING
Update Your Registration
Become an Entity Administrator
Validate Your Entity
*Access User Guides
*By selecting this option, you can obtain a Quick Start Guide for Contract Registrations.
Also, here you will find in addition to the User Guides - FAQs, Videos, and Definitions.
PLEASE NOTE
It is mandatory that all companies be registered in SAM in order to receive federal contracts.
There is no charge to register or maintain your company (entity) registration.
Login.gov manages usernames and passwords for SAM.gov.
*Important* Registration Information
Registration can take at least ten (10) business days to be active in SAM.gov.
Registration must be in active status upon offer submission and remain active during award period.
Registration must be renewed every 365 days to remain active.
The Federal Service Desk (FSD) for SAM questions, may be contacted.
Phone Number: 866-606-8220
Hours of Operation: Monday-Friday 8 a.m. to 8 p.m. ET
Procurement Integrated Enterprise Environment (PIEE) Solicitation Module Registration
To register for PIEE follow the below instructions.
Register in PIEE:
a. Navigate to https://piee.eb.mil/
b. Select Register [top right]
c. Select Vendor
d. Create a User ID and Password and follow the prompts [next]
e. Create Security Questions [next]
f. Complete your User Profile Information [next]
g. Complete your Supervisor or Approving Official Information [next]
h. Complete Roles
i. Step 1. Select SOL-Solicitation
ii. Step 2. Select Proposal Manager
iii. Step 3. Click Add Roles
iv. Step 4. Fill in your Location Code (CAGE Code) [next]
i. Provide a justification for your registration [next]
j. Follow the remaining prompts to submit your registration
The Procurement Integrated Enterprise Environment (PIEE) help desk may be reached by calling telephone number 866-618-5988 for assistance.
Attachments/Links
Contact Information
Contracting Office Address
- WILLIAM S MOORHEAD FEDERAL BUILDING 1000 LIBERTY AVE
- PITTSBURGH , PA 15222-4198
- USA
Primary Point of Contact
- Connie Ferguson
- connie.l.ferguson@usace.army.mil
- Phone Number 4123957551
Secondary Point of Contact
- JOSHUA KAUFMANN
- joshua.p.kaufmann@usace.army.mil
- Phone Number 4123957508
History
- Sep 15, 2023 11:55 pm EDTPresolicitation (Original)