Skip to main content

An official website of the United States government

You have 2 new alerts

TYAD UTILITIES

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Original)
  • Original Published Date: Jun 09, 2023 04:26 pm EDT
  • Original Date Offers Due: Jul 10, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 25, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Tobyhanna , PA 18466
    USA

Description

SOLICITATION #: W912BU23R0026 – TYAD Utilities 

The scope of work for this project at Tobyhanna Army Depot is to replace
the existing sanitary, water and storm systems and repave existing
roadways as shown in the design plans and according to the project
breakout and phasing as demonstrated in the Design Analysis Report. The
new storm system and roadways will only be installed in the Army Depot's
secured Industrial Area generally defined as the area within First Street
to Sixth Street and Gibbs Street to Myer Street and including Electronics
Drive.
The existing sanitary sewer mains will be removed and replaced generally
in place with new PVC mains, and existing manholes will be replaced with
precast concrete manholes. Sanitary sewer service lines to adjacent
buildings will be replaced to within 5 feet of the building and new
cleanouts will be installed. Some existing sanitary manholes and mains
will be abandoned in place and filled with flowable fill as depicted in
the design plans.
The existing water mains, valves and fire hydrants will be replaced
generally, in place with new ductile iron mains, valves and fire hydrants
and protective bollards. Water and fire connections to the mains will be
re-connected to the new mains as depicted in the design plans. Some
existing water mains will be abandoned in place and filled with flowable
fill as depicted in the design plans. Install new air vacuum valves and
vaults as shown in the design plans.
Portions of the existing storm system within the Industrial Area will be
replaced and supplemented with new RCP pipe and precast concrete
inlets.
Portions of the existing storm system mains to the outfalls will be lined
as depicted in the design plans. Connections to the storm sewer mains
from building downspouts will be provided as depicted in the design plans.
The paving of the main roadway network within the Industrial Area will be
replaced with new paving to enable more efficient and sufficient drainage
of storm runoff. Affected sidewalks will be replaced and parking areas
will be milled and overlaid as shown in the design plans. New striping
for travel way lines, parking areas and crosswalks will be replaced in
kind or as otherwise shown on the design plans.
Location
The work is located at the Tobyhanna Army Depot, Tobyhanna, PA,
approximately as indicated. The exact location will be shown by the
Government Designated Representative (GDR).
OCCUPANCY OF PREMISES
Building(s) will be occupied during performance of work under this
Contract. Occupancy notifications will be posted in a prominent location
in the work area. Ensure there is always proper means of access and egress
to/from the building safely through the work site if necessary, in clearly
marked and protected pathways. Any building entrance closures must be
approved by the GDR.
Before work is started, arrange with the GDR a sequence of procedure,
means of access, space for storage of materials and equipment, and use of
approaches, corridors, and stairways.
EXISTING WORK
In addition to FAR 52.236-9 Protection of Existing Vegetation, Structures,
Equipment, Utilities, and Improvements:
a. Remove or alter existing work in such a manner as to prevent injury or
damage to any portions of the existing work which remain.
b. Repair or replace portions of existing work which have been altered
during construction operations to match existing or adjoining work, as
approved by the GDR. At the completion of operations, existing work
must be in a condition equal to or better than that which existed
before new work started.
c. Remove all temporary construction access/egress elements and return
the any alteration made during the construction period to and
acceptable finished quality level.
LOCATION OF UNDERGROUND UTILITIES
Obtain digging permits prior to start of excavation, and comply with
Installation requirements for locating and marking underground utilities.
Contact local utility locating service a minimum of 48 hours prior to
excavating, to mark utilities, and within sufficient time required if work
occurs on a Monday or after a Holiday. Verify existing utility locations
indicated on contract drawings, within area of work.
Identify and mark all other utilities not managed and located by the local
utility companies. Scan the construction site with Ground Penetrating
Radar (GPR), electromagnetic, or sonic equipment, and mark the surface of
the ground or paved surface where existing underground utilities are
discovered. Verify the elevations of existing piping, utilities, and any type of
underground or encased obstruction not indicated, or specified to be
removed, that is indicated or discovered during scanning, in locations to be
traversed by piping, ducts, and other work to be conducted or installed.
Verify elevations before installing new work closer than nearest manhole or
other structure at which an adjustment in grade can be made.

Instructions to Offerors (ITO)

The US Army Corps of Engineers, Philadelphia District wishes to place a Firm Fixed Price

(FFP) Contract for W912BU-23-R-0026 TYAD Utilities. The attached PWS/SOW describes this effort.

THIS ITO IS NOT AN AUTHORIZATION TO START WORK.

1. Please adhere to the following timelines:

If you choose to submit a proposal, it shall be submitted as follows by 10 July 2023 by 0500 PM EST :

Proposals shall be submitted electronically as specified herein. Mailed in or hand carried proposals will not be considered. All proposals shall be submitted electronically through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/.  Offerors files are limited to 1.9 GB per file, however there is no limit on the number of files that can be uploaded.  If an Offeror attempts to transmit a large number of files, recommend that combining or ZIP files before uploading to the PIEE site. Offerors may use compression utility software such as WinZip or PKZip to reduce file size and facilitate transmission. It is Offerors’ responsibility to check with PIEE to ensure successful submission. Offerors are responsible for allowing sufficient time for the proposal to be received in accordance with the instructions provided.

All offerors must request TDY Utilities Plans via email from Deah Gerard-May at deah.l.gerard-may@usace.army.mil .

Accordingly, the Philadelphia District will NOT accept proposals by mail, hand-carry, or commercial courier (that is, no physical proposals will be accepted in response to this solicitation). All proposals must be submitted by electronic commerce only (that is, by submission through PIEE, as discussed below).

The Government will not be responsible for proposals delivered to any location or to anyone other than those designated to receive proposals on its behalf. Offerors are responsible for ensuring that proposals are submitted so as to reach the designated recipient of proposals. Offerors are responsible for allowing sufficient time for the proposal to be received in accordance with the instructions provided.

 Electronic Proposal Submission in PIEE:

In accordance with FAR 15.203(c), electronic commerce may be used to issue Request for Proposals (RFPs) and to receive proposals, modifications, and revisions when contracting by negotiation. Proposals will be submitted through PIEE (https://piee.eb.mil/) All proposals must be uploaded into PIEE infrastructure not later than the RFP due date stated in Block 13 of the SF1442 or per any subsequent solicitation amendments.

Training material and guides for registering and submitting proposals can be found below and is provided to assist in locating the full scope of resources available on the PIEE website:

•           PIEE Solicitation Module Vendor Access Instructions:

https://dodprocurementtoolbox.com/cms/sites/default/files/resources/2021-08/PIEE%20Solicitation%20Module%20Vendor%20Access%20Instructions_0.pdf

•           For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf.

•           Additional training and PIEE Solicitation Module resources can be found on the PIEE website at:   https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml  

There are two vendor roles (Proposal Manager and Proposal View Only) for the PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation posted in the PIEE Solicitation Module.  Additionally, please be advised that when using the PIEE Solicitation Module, the user’s e-mail address in PIEE must match the e-mail address on file in SAM.gov.

OFFERORS ARE STRONGLY ENCOURAGED TO AVOID WAITING UNTIL THE LAST MINUTE TO ATTEMPT TO TRANSMIT THEIR PROPOSALS. TECHNICAL ISSUES WITH UPLOAD MAY RENDER YOUR PROPOSAL TO BE LATE.

Receipt of Submissions

For the purposes of establishing whether a proposal submission is considered timely, the Government considers the date and time the submission is completely uploaded in the PIEE website.  Do not assume that electronic communication is instantaneous. It can take several minutes or even hours in some cases. The electronic proposal submittal contents shall conform to the details of the solicitation and subsequent amendments.

Each volume of the proposal shall be submitted electronically as detailed above.

The Government intends for PIEE to serve as the primary means for submitting the proposals. Accordingly, proposals received by email, modifications thereto, or cancellations of proposals will not be accepted unless the Offeror sends an email containing the required proposal documents along with an explanation as to why the proposal was not submitted via PIEE. Emails are to be sent to the Contract Specialist and the Contracting Officer and must be received by the Government electronic infrastructure prior to the exact time set for receipt of proposals.

The Offeror will be solely responsible for ensuring that the email and the proposal in its entirety are received timely. The emailed version will then serve as the Offeror’s official submission. Late proposals will be handled in accordance with FAR 15.208.

2. Instructions:

1. Offers, consisting of Cost/Price as well as Technical and Past Performance

information, shall be submitted. Offerors are permitted to provide ONLY ONE Offer

for consideration; if more than ONE offer is received, the offerors’ responses may

be determined unacceptable and will not be evaluated or considered for award.

Alternate quotes that are received as the result of a revised understanding of the

requirement as the result of a site visit may be accepted at the proposal submission

date. The alternate proposal however is limited to ONE. There is a 75-page

limitation for the proposal(not including the schedule). Offerors are required to satisfy all requirements of the PWS/SOW that is attached.

2. As seen below, Volume II shall be the completed Excel workbook entitled

“Electronic Bid Form TYAD Utilities.xlsx.”

The SF1449 along with Representations and Certifications, and any amendment(s) must be

Submitted/acknowledged as part of Volume II.

Volume II- Cost/Price

The Summary Workbook shall consist of a breakdown of the following worksheets (as

detailed below). Attached is the format for the Summary Workbook entitled “Electronic Bid

Form TYAD Utilities Cost-Price.xlsx.”

a. Summary

i. The Offeror shall submit a Microsoft Excel file (workbook- entitled

“Electronic Bid Form TYAD Utilities. xlsx”) that calculates and

includes the formulas necessary to develop a summary worksheet (single

tab within workbook) which provides the summary of total cost/price for the

entire Summary of work. Offeror may also fill out bid schedule on SF1449

at the time of submission.

b. Worksheet for the Summary of Work  

i. Each worksheet shall have a summary by cost element. Contractors are

required to complete each tab of the worksheet for TYAD Utilities  

ii. Offerors shall propose any costs associated with Contractor Manpower

Reporting, as a separate cost on your summary, or specifically state that

this is not separately priced in the pricing methodology (separate worksheet

if necessary).

Volume I- Past Performance, Management and Small Business Participation Plan Factors

Please see Section M below for detailed information on evaluation of Management, Past Performance, Small Business Participation Plan and Price.

  1. The contractor shall provide a narrative which addresses all subfactors  (A, B, C, D and E) under Volume 1. 

Offerors will submit separate CPARS report or past performance questionnaires for up to

three (3) similar projects completed within the last 5 years as a prime or subcontractor for

Factor 1. One such project should total $20M or more and the other 2 should total $10M or more.

Notes for Volume I and II:

This is a Firm Fixed Price Contract type and price must be submitted in accordance with

the worksheet provided.

Offers submitted by email shall have a subject line in the following format: “Solicitation

Number-Proposal-Contractor Name” (example W912BU-23-R-0026-RFP -Acme Company),

failure to submit emails in this format may result in your offer no longer being considered for

award.

Offers submitted via email as attachments shall be submitted in Adobe Acrobat for Volume I

and Excel format for Volume II. There is a 75-page limitation on the entire proposal

submission(excluding the schedule).

3. IMPORTANT NOTES:

This Contract is governed, insofar as applicable, by the procedures set forth in FAR

15.3 Source Selection. FAR 15 (Contracting by Negotiation) procedures shall not apply to this task

order, either directly or by analogy, except to the extent required by FAR 15.3. FAR and FAR 15.101-1.

15.101-1 (Tradeoff Source Selection Process) will apply to this contract. Submission of a proposal in response to this RFP constitutes the offeror’s express acknowledgment to that effect. All other procedures are at the sole discretion of the Government as set forth in this RFP.

The Government intends to evaluate proposals and award a FFP contract to the

offeror that provides the best value to the Government.  

4. Additional Information:

Please email any questions including technical questions you may have regarding this effort to

deah.l.gerard-may@usace.army.mil and cherita.l.williams@usace.army.mil, and the Contracting Officer will coordinate a response.

DISCUSSIONS

The PCO may conduct discussions with each offeror for clarification purposes, after the

evaluation team has conducted their reviews. However, it should be noted that the PCO reserves the right to award without discussions. If discussions are conducted, after the conclusion of said discussions, any new information received from the offerors will be evaluated. This evaluation will be documented

in a supplement to the Initial Evaluation Report (Interim Evaluation Report) and will consist

of an update, which addresses each factor and subfactor of the Initial Evaluation Report

SITE VISIT

A site visit is scheduled for Tuesday, June 20th, 2023 at 0900 EST at TDY Army Depot in Tobyhanna, PA. All interested parties must notify Joseph Durkin at joseph.a.durkin@usace.army.mil by 14 June 2023 of said interest as well as complete applicable documentation to be provided by said POC.

RFIs

All RFIs are to be submitted within 7 calendar days of the Site Visit.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History