Search Contract Opportunities

Longhouse Scenic Drive Rehabilitation Project – Allegheny National Forest McKean and Warren Counties, Pennsylvania   3

ID: W911WN23B8007 • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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.

Overview

Response Deadline
None
Posted
July 26, 2023, 7:34 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Kane, PA 16735 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
86%
On 7/26/23 USACE Pittsburgh District issued Presolicitation W911WN23B8007 for Longhouse Scenic Drive Rehabilitation Project – Allegheny National Forest McKean and Warren Counties, Pennsylvania. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237310 (SBA Size Standard $45 Million) and PSC Y1QA.
Primary Contact
Name
Connie Ferguson   Profile
Phone
(412) 395-7551

Secondary Contact

Name
JOSHUA KAUFMANN   Profile
Phone
(412) 395-7508

Documents

Posted documents for Presolicitation W911WN23B8007

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W911WN23B8007

Award Notifications

Agency published notification of awards for Presolicitation W911WN23B8007

Contract Awards

Prime contracts awarded through Presolicitation W911WN23B8007

Incumbent or Similar Awards

Contracts Similar to Presolicitation W911WN23B8007

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W911WN23B8007

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W911WN23B8007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT PITTSBURG
FPDS Organization Code
2100-W911WN
Source Organization Code
100221359
Last Updated
Sept. 15, 2023
Last Updated By
connie.l.ferguson@usace.army.mil
Archive Date
Sept. 15, 2023