Presolicitation Notice – Dry Standpipe Replacement, DC MD and VA
| Federal Information & News Dispatch, Inc. |
Notice Type: Presolicitation Notice
Posted Date:
Office Address:
Subject: Dry Standpipe Replacement, DC MD and VA
Classification Code: 12 - Fire control equipment
Solicitation Number: FQ14001
Contact:
Setaside: N/AN/A
Place of Performance Country: US
Description:
Procurement and Materiels
PRMT-JGB
IFB No. FQ14001/RLJ IFB Title: Dry Standpipe Replacement DC MD and VA ADVANCE NOTICE TO BIDDERS
Solicitation Availability: o/a
Project Description: Dry Standpipe Replacement, DC MD and VA PRE - BID CONFERENCE AND SITE VISITS - NOTE (SEE APPENDIX A)
Due to the nature of the work detailed in this IFB and the authority cited in PPM 9.13(c), attendance at both the Pre-Bid Meeting and Site Visits are MANDATORY.
All interested parties will be required to obtain a WMATA contractor ID with Road Worker Protection Level 1 (RWPI) training endorsement.
Failure to attend one or the other, in part or whole will exclude your bid from consideration. No exceptions will be afforded. See Appendix A for details and forms
Description of Work
The scope of work includes Replacement of Dry Standpipe systems in various locations throughout the Metrorail system in DC, MD and VA. This work will include street level, vent shaft, and tunnel work.
- WMATA has fireline systems that in part consist of wet and dry standpipes.
- These standpipes generally are accessible above ground by the fire department and below ground in and around the platforms and tunnels
- The standpipes penetrate from ground level into the rail system via vent shaft or some other form of shaft.
- The distance from the surface standpipe to the internal system will vary from +/- 100 ft.
- The standpipe travels a distance of up to 1200 feet from a central point in an inverted "T" once it has reached its final vertical position.
- The Scope of Work includes the removal and replacement of the standpipe system, to include underground valves, connectors for access by firefighters, standpipe replacement, and temporary system setup and removal (so as not to disrupt service).
- Work will be performed at various locations during the day and night.
- There is a high expectation of flexible scheduling required and the ability mobilize to various sites on short notice
- There is no expectation to complete any given system in one visit
IFB-FQ14001/RLJ, Advance Notice to Bidders Page 2
SAMPLE SCHEDULE Event Weekdays (Monday thru Friday) Weekends (Saturday& Sunday) Ventshaft
Station Jurisdiction No. of Work Locations (does not constitute number of standpipes)
L' Enfant DC 1
Period of Performance. 3 Years
WMATA will have representatives of our procurement, insurance, DBE, safety, and infrastructure rehabilitation in attendance. WMATA certified DBE's are strongly encouraged to attend.
All attendees must provide a WMATA Contractor ID or a government issued identification for entry into the
Individuals that plan to attend the meeting are requested, to send an email to [email protected] , 24 hours in advance, with their name, title, company name, mailing address, telephone, and email for each attendee. Attendees should arrive early in order to clear security and/or receive temporary badges.
The meeting is expected to end by
IFB-FQ14001/RLJ, Advance Notice to Bidders Page 3
Site Visit
WMATA will conduct site visits at all locations over a two (2) night period. The site visit will commence from the following meeting point. Attendees must provide their own transportation. Attendees must be escorted by WMATA.
Location - TBD
NOTE: WMATA work trains will be utilized during the site visits. These vehicles are open air, flatbed, self-propelled, rail type movers. There is the possibility of exposure to fumes and cabin space will be limited. The possibility of riding on the flatbed would require visitors to remain seated while the mover is in motion. We ask that only essential personnel attend the site visit. As a matter of transportation, we advise each attendee to bring an associate who can drive to the last station on that section of the visit to provide transportation to the next station.
Attendees that have a current WMATA Contractor ID shall display their ID and bring PPE and WMATA approved safety vest. Attendees not holding WMATA Contractor ID with PPE and vest should specifically identify themselves to the WMATA escorts.
Individuals that plan to attend the Site Visits are requested to send an email 24 hours in advance of the site visit to [email protected] , with their name, title, company name, mailing address, telephone, and email for each attendee. WMATA must arrange escorts based upon the number of attendees. Bonds/Guarantees: A bid guarantee, in the amount of 5% of the total bid price, is required with the bid if it is greater than
DBE Information:
The solicitation includes a DBE goal of about 33% if the bid price is
IFB-FQ14001/RLJ, Advance Notice to Bidders Page 4
http://www.wmata.com/business/disadvantaged_business_enterprise/dbe_search.cfm Questions regarding WMATA's DBE program may be addressed to Mr. Tinuade Akinshola, DBE and Compliance Specialist on tel: 301-955-5185, email: [email protected]. Email contacts preferred. Please cc Contract Administrator at [email protected] when contacting DBE and Compliance Specialist.
Insurance
The successful bidder must provide Commercial General Liability (CGL), Worker's
Pre-Award Information:
Shall not be submitted with the bid. After the bid opening, only the Apparent Low Bidder will be requested to submit Pre-Award Information.
Bids Due: o/a Wednesday, October, 18, 2013 by
Bidders are cautioned to not take exceptions or qualify their bid. Any questions regarding the solicitation should be made in writing to the Contract Administrator no later than five (5) business days prior to the bid opening. Please carefully review the Notice to Bidders of the IFB. The Notice to Bidders addresses common problems found in previous bids that may cause bid rejection.
Virginia Contractor License
IFB-FQ14001/RLJ, Advance Notice to Bidders Page 5
The bidder shall have a Virginia Class A contractor license. http://www.dpor.virginia.gov/. This is a Commonwealth of
A single contract for all items will be awarded to the lowest responsive and responsible bidder.
Type of Contract:
Firm fixed price contract for the items in the Unit Price Schedule.
IFB Volumes Volume 1, Bidding and Contracting Requirements Volume 2, Technical Provisions Volume 3, Drawings IFB availability: Once the IFB is issued it will be posted on the WMATA website at http://www.wmata.com/business/procurement_and_contracting/solicitations/index.cfm in Adobe Acrobat (.pdf) format. The IFB can be downloaded free of charge. In order to avoid IFB download problems, please immediately download the latest version of Adobe Acrobat Reader available for free at http://get.adobe.com/reader/
Amendments: If any amendments are issued, they will be posted on the WMATA website along with the solicitation.
Buy America Act Certification (Not to be confused with Buy American) Bidders should be fully cognizant regarding BUY AMERICA and be prepare to submit not only a BUY AMERICA certificate but actual proof of compliance including parts and assembly. This information will be required with the Pre Award Data submitted by the Apparent Low Bidder. The applicable Buy America Certificate for this solicitation is "Certification requirement for procurement of steel, iron, or manufactured products." http://www.fta.dot.gov/legislation_law/12921.html This project is funded by the
IFB-FQ14001/RLJ, Advance Notice to Bidders Page 6
manufactured products used in FTA-funded projects are produced in
Warranty
One year after substantial completion inspection (SCI) of each Bid Item in the Unit Price Schedule.
Vendor Registration: Please visit our Internet website at http://www.wmata.com/business/ for New Vendor Registration and Registered Vendors (updates, etc) http://www.wmata.com/business/procurement_and_contracting/vendor_registration.cfm Question regarding vendor registration should be addressed to
contact Person: Mr.
NAICS Codes 238220 - Fire sprinkler system installation
IFB-FQ14001/RLJ, Advance Notice to Bidders Page 7
APPENDIX A
Attendance at the Pre-Bid conference and Site Visit are Mandatory!
Due to the nature of the work associated with this project all interested parties who anticipate attending the Site
Visit must possess a WMATA Contractor ID with Road Worker Protection Level 1 Protection (RWPI) training endorsement
1. Information will be provided about the Site Visit and working environment provided
2. Information will be provided about obtaining WMATA ID with RWPI endorsement
3. Information will be provided about Road Worker Protection Level 1 Training Obtain WMATA Contractor ID with Road Worker Protection Level 1 Training (RWPI) Endorsement - MANDATORY
Within 48 hours of the
1. For current WMATA contractors
a. Copies of WMATA Contractor Personnel/ID with RWPI endorsement due within 48 hours of
b. ID must have RWPI endorsement and be Valid through
c. ID holders whose IDs are expired, will expire by 12/2014, or lack RWPI training endorsement will be required to follow 'New WMATA contractor' requirement (see below)
2. New WMATA Contractor - All on site personnel as well as various contractor management personnel must have a current WMATA Contractor ID with Road Worker Protection Level 1 Training endorsement.
a. Complete and submit Consumer Authorization for Release of Personal Information Form 50.718 4/13
b. Attend Road Worker Protection Level 1 Training and pass exam (No translation will be provided or accepted)(Date - TBA)
IFB-FQ14001/RLJ, Advance Notice to Bidders Page 8
c. Complete and submit Certification for Issuance of Metro Smartrip(c) Contractor Badge Form 50.375 04/13
d. Obtain WMATA Contractor ID Badge.
Site Visit - MANDATORY
Within 24 hours of the Site Visit, notify MWATA of the person attending the site. Space will be limited, therefore only one (1) representative will be allowed to attend from each company.
1. METRO Employee Identification Card with RWPI Endorsement
2. Current WMATA Approved Safety Vest
3. PPE (Rail safety equipment
Link/URL: https://www.fbo.gov/spg/WMATA/WMATA01/WMATAPRMT01/FQ14001/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 2393 |



Advisor News
- Two lessons career changers wish they knew before starting the CFP journey
- Americans less confident about retirement as worries grow
- 6 in 10 Americans struggle with financial decisions
- Trump bets his tax cuts will please Las Vegas voters on his swing West
- Lifetime income is the missing link to global retirement security
More Advisor NewsAnnuity News
- Axonic Insurance Annuities, Built for Banks, Broker-Dealers and RIAs, Now Available through WealthVest.
- Allianz Life Adds New Accumulation-Focused Fixed Index Annuities
- Allianz Life adds new accumulation-focused FIAs
- Industry objects to ‘tone and tenor’ of draft NAIC Annuity Buyer’s Guide
- Annuity industry grapples with consolidation, innovation and planning shifts
More Annuity NewsHealth/Employee Benefits News
- FTC SUES TO STOP DECEPTIVE HEALTH CARE SCHEME
- Health insurers used hidden online tracking tools, lawsuits allege
- Final round-up: health-related bills passed during 2026 legislative session, including veto overrides
- 69,000 drop NJ marketplace health plans after enrolling
- Limits to health insurance program for immigrants approved by Colorado lawmakers
More Health/Employee Benefits NewsLife Insurance News
- Federated Insurance celebrates record-setting year at 122nd annual policyholders meeting
- Life insurance tips: 5 underwriting concerns for clients living abroad
- Prudential extends Japan sales ban another 6 months at a total $1B loss
- AM Best Affirms Credit Ratings of The Wawanesa Mutual Insurance Company and Wawanesa Life Insurance Company
- Life insurance for gig economy power earners: what advisors need to know
More Life Insurance News