"U-Lot" Parking Lot Paving and Line Striping
ID: W51AA1-25-R-0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW0ML USA DEP TOBYHANNATOBYHANNA, PA, 18466-5079, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting bids for the "U-Lot" Parking Lot Paving and Line Striping project at Tobyhanna Army Depot in Pennsylvania. This project, set aside exclusively for small businesses, involves comprehensive construction services including excavation, regrading, paving, and line striping, with an estimated cost between $150,000 and $250,000. The work must comply with federal and state regulations, including adherence to wage determinations under the Davis-Bacon Act, and is expected to be completed within 60 days post-authorization. Interested contractors must submit sealed bids by October 30, 2024, with a public opening scheduled for the same date; inquiries should be directed to Contracting Officer Mark Buonomo at mark.buonomo2.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the U Parking Lot Improvements project at Tobyhanna Army Depot, detailing the scope of work which includes excavating, regrading, repaving, and line striping a section of the U-Lot. Key activities include removing asphalt and existing concrete, ensuring proper drainage, and applying new pavement layers in compliance with PennDOT standards. The contractor must submit various safety, submittal, and project management documents for approval before commencing work. The timeline for completing the project is set at 60 days post-authorization. Additionally, strict safety regulations are emphasized, including OSHA compliance, traffic control, and site-specific stipulations to ensure the safety of all personnel. The contractor is fully responsible for job-site safety, including obtaining necessary excavation permits and managing utilities. The plan stipulates detailed administrative requirements, including reporting procedures and notifications, necessary for maintaining effective communication with the government authority overseeing the project. This document reflects standard practices within government RFPs and emphasizes the importance of compliance and safety in public works projects.
    The document pertains to the Tobyhanna Army Depot and states that it is not meant for construction. While specific details are sparse and the document appears to be more of an internal note or directive rather than a formal Request for Proposal (RFP) or grant application, it seems to indicate restrictions or guidelines concerning construction activities at the depot. The context suggests that it may relate to compliance or protocol within federal operations concerning construction or infrastructural changes at military facilities. Overall, the document lacks substantial information, leaving the exact details of its purpose and implications unclear.
    Publication 408/2020 by the Pennsylvania Department of Transportation outlines the current construction specifications for projects managed by PennDOT. This document serves as a comprehensive guide for contractors and stakeholders, providing essential details such as bidding requirements, legal relations, and control of work. Key amendments and updates occur biannually, with changes available only online, ensuring that users access the latest revisions efficiently. The publication emphasizes the importance of standardized special provisions and master construction items, accessible through the Engineering and Construction Management System (ECMS). It details a uniform approach to dimension values, specifying the use of English measurement values with metric values provided for reference. The document consists of multiple sections covering various aspects of construction, including earthwork, materials management, and traffic accommodation, culminating in specific requirements to be adhered to during construction projects. Its objective is to set clear expectations and requirements to ensure the successful completion of infrastructure projects while maintaining compliance with federal and state regulations. This specification is vital for contractors involved in RFPs, federal grants, and local projects, guiding them through compliance and operational requirements.
    The document outlines the wage determination for heavy and highway construction projects in Pennsylvania, effective from June 21, 2024. It specifies the applicable minimum wage rates under the Davis-Bacon Act, requiring contractors to pay at least $17.20 per hour for contracts initiated or renewed after January 30, 2022, or $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. The wage determination lists classifications and rates for various labor positions, including boilermakers, carpenters, laborers, and truck drivers, along with their respective fringe benefits. It details specific rates for different counties and classifications, addressing requirements such as conformance requests for unlisted positions. The document emphasizes compliance with Executive Orders governing wage standards and worker protections, highlighting the need for contractors to provide paid sick leave per EO 13706. It also delineates the appeals process for wage determination disputes, directing interested parties to seek administrative reviews if necessary. This document serves as a critical resource for contractors engaged in federal, state, and local construction projects, ensuring fair compensation and adherence to legal stipulations in Pennsylvania.
    The U-Lot Parking Lot Breakdown document outlines the required components and associated unit prices for a post-award contract related to parking lot construction. It lists various work items, such as Class 1 excavation, hauling and disposal of material, subbase, base course, wearing course, sawcutting, line painting, joint sealant, mobilization/demobilization, asphalt tack coat, asphalt prime coat, and general conditions. Each item includes a pay unit, typically measured in square yards (SY), cubic yards (CY), linear feet (LF), or each (EA). The document emphasizes that bidders should not complete or submit Exhibit 5 with their proposals, as it is specifically intended for post-award processes. The overall purpose of this document is to provide a structured breakdown for pricing and deliverables in the context of government projects, ensuring transparent and organized bidding and implementation in line with federal or state/local contracting protocols.
    The Tobyhanna Army Depot in Pennsylvania is seeking bids for improvements to the U Parking Lot, including excavation, regrading, asphalt paving, and line striping. The required construction services encompass all necessary licenses, permits, and management. Key information includes a mandatory performance period of 10 calendar days for project commencement and a full completion target of 70 calendar days post-award. This project is set aside exclusively for small businesses, with an estimated cost between $150,000 and $250,000. Bids must be submitted in sealed envelopes by October 30, 2024, with a public opening scheduled for the same date. A site visit is available prior to bids, with all inquiries directed to the Contracting Officer. Compliance with wage determinations and construction regulations is mandatory, and contractors must provide performance and payment bonds within ten days of the award. The solicitation emphasizes adherence to established federal procurement procedures, ensuring transparency and fairness in the bidding process while fostering small business participation in government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
    Active
    Dept Of Defense
    The U.S. Army is seeking information from small businesses for a Multiple Award Task Order Contract (MATOC) related to real property maintenance, alterations, and repairs at Tobyhanna Army Depot in Pennsylvania. The Army Contracting Command wants to identify potential small businesses that can perform basic facility maintenance and construction work, including interior renovations, HVAC, electrical, and landscaping. Businesses capable of meeting the general requirements are invited to submit voluntary responses by October 31, 2025, to the Contract Specialist, Justin Marino. There is no obligation for the government to award a contract based on this request for information.
    GT Maintenance Facility Complex Paving
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting quotes for the "GT Maintenance Facility Complex Paving" project at the Grey Towers National Historic Site in Milford, Pennsylvania. The project entails the removal of existing asphalt surfaces and the installation of new asphalt materials, including tasks such as mobilization, culvert cleanout, grading, and permanent pavement markings, all in compliance with federal construction standards and the Davis-Bacon Act. This initiative is crucial for maintaining the infrastructure integrity of historic sites while ensuring adherence to environmental regulations. Interested contractors must be registered on SAM.gov and submit their quotes by the specified deadline, with a project magnitude estimated between $80,000 and $180,000. A mandatory site visit is scheduled for October 10, 2024, at 1:00 PM Eastern, and further inquiries can be directed to Kevin Brown at kevin.brown2@usda.gov.
    Kiasutha Recreational Area Redevelopment Phase 2
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the Kiasutha Recreational Area Redevelopment Phase 2 project located in the Allegheny National Forest, Pennsylvania. This project involves the renovation of three existing buildings, demolition of two buildings, and construction of new prefabricated structures, along with necessary utility improvements and access pathways. The procurement is exclusively set aside for small businesses, with a firm-fixed price contract anticipated to be awarded to a single bidder. Interested parties must submit their bids electronically by 11:00 AM ET on October 28, 2024, and are encouraged to direct inquiries through ProjNet by October 16, 2024, as questions submitted via email will not be considered. For further information, potential bidders can contact Aaron Barr at aaron.m.barr@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil.
    ACC-APG, Tobyhanna Division FY25 Fair Opportunity
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Tobyhanna Division, is announcing upcoming contract opportunities for fiscal year 2025 at the Tobyhanna Army Depot. The procurement will focus on various construction-related services, including projects such as Pad Mounted Switch Replacement, loading dock upgrades, and maintenance of natural gas operations, with contract values ranging from approximately $250,000 to $600 million. These contracts are primarily anticipated to be firm-fixed-price agreements and will be issued as part of a Fair Opportunity for minor construction MATOC holders, promoting equitable bidding processes. Interested parties can direct inquiries to Jenny Croughn at jenny.a.croughn.civ@army.mil or Kellie Coar at kellieann.k.coar.civ@army.mil, with all information subject to change and no formal proposals being accepted at this time.
    CO OMAD 300(69) Minuteman Missile Access Road
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the CO OMAD 300(69) Minuteman Missile Access Road project, which involves reconditioning and re-graveling approximately 116.910 miles of access roads utilized by the United States Air Force across Colorado, Nebraska, and Wyoming. The project aims to enhance road maintenance by adding four inches of aggregate surface course and includes specific requirements for roadway reconditioning, temporary traffic control, and compliance with federal construction standards. This initiative is crucial for maintaining essential infrastructure supporting national defense operations. Interested contractors must submit their sealed bids by 2:00 PM on October 16, 2024, with a total project funding amount of $8,650,000, and can direct inquiries to Stephanie Navarro at CFLContracts@dot.gov or Jorey Deml at cflcontracts@dot.gov.
    SYNOPSIS POST WIDE PAVING CONTRACT at USMA
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command Installation Contracting Office in West Point, NY, is issuing a Special Notice for a Post Wide Paving Contract at the United States Military Academy (USMA). This procurement is exclusively set aside for small businesses under NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, with a size standard of $45 million. The project is crucial for maintaining and improving the infrastructure at West Point, ensuring safe and efficient transportation within the installation. Interested small businesses must be registered in the System for Award Management (SAM) and are advised to check for the solicitation, expected to be released around the week of October 14, 2024, on the SAM website. For further inquiries, potential offerors can contact Ignacio Cordova at ignacio.j.cordova2.civ@army.mil or Marlene G. Barretto at marlene.g.barretto.civ@army.mil.
    REPAIR TRANSIT RAMP ASPHALT PAVEMENT, PHASE 1
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to participate in a Sources Sought announcement for the Repair Transit Ramp Asphalt Phase 1 project at Dover Air Force Base, Delaware. This procurement aims to gather information on potential sources capable of providing all necessary labor, materials, and equipment for the repair of the Transient Ramp, with a contract term of 45 days. The project falls under NAICS Code 237310, which pertains to Highway, Street, and Bridge Construction, and is crucial for maintaining the operational integrity of the airbase's infrastructure. Interested parties must be registered with the System for Award Management (SAM) and submit a completed Market Survey by October 9, 2024, to the designated contacts, Ms. Omelia Saunders and 2d Lt. Jayden Thiergood, via their provided email addresses.
    USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.
    **BIL-FUNDED** SOLICITATION: REPAIR THE PARKING LOT AT THE LAURENCE G. HANSCOM FIELD (BED) AIR TRAFFIC CONTROL TOWER (ATCT) IN BEDFORD, MA.
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the repair of the parking lot at the Laurence G. Hanscom Field Air Traffic Control Tower (ATCT) in Bedford, Massachusetts. The project involves comprehensive tasks such as the removal of existing asphalt, milling, and installation of new pavement, along with drainage adjustments and erosion control measures, all aimed at enhancing the facility's operational integrity. This competitive solicitation is set aside for small businesses, with an estimated contract value between $135,000 and $185,000, and proposals are due by November 1, 2024, at 4:00 PM Central Time. Interested contractors should direct inquiries to Stephen Branch at stephen.n.branch@faa.gov and are encouraged to attend a site visit scheduled for October 21, 2024.
    W912QR24R0031 - D/B/B - Area Maintenance Support Activity - Wilkes-Barre, Pennsylvania
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of an Area Maintenance Support Activity (AMSA) facility in Wilkes-Barre, Pennsylvania. This project involves the construction of a 13,744 square foot facility, including supporting infrastructure such as utility connections, site improvements, and accessibility features, with a focus on sustainability and compliance with security measures. The estimated contract value ranges between $10 million and $25 million, with proposals due electronically by October 18, 2024. Interested contractors should contact Ryan King at ryan.m.king2@usace.army.mil for further details and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award.