SOLICITATION NOTICE
Y -- Mark Center Short and Mid-Term Improvements - Synopsis
- Notice Date
- 9/28/2011
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, Virginia, 20166
- ZIP Code
- 20166
- Solicitation Number
- DTFH71-12-R-00001
- Archive Date
- 5/31/2012
- Point of Contact
- Shirley A Anderson, Phone: 703-948-1407, Jason L. Albright, Fax: 571-434-1551
- E-Mail Address
-
EFLHD.contracts@got.gov, eflhd.contracts@dot.gov
(EFLHD.contracts@got.gov, eflhd.contracts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Synopsis - This will be a 'two-phased' Design Build Synopsis Proposals from all business concerns will be accepted for the Mark Center Short and Mid-Term Improvements, Project No.: VA A-AD BRAC 133(1), Solicitation Number DTFH71-12-R-00001, located in Alexandria, Virginia. This project will implement a series of roadway improvements near the Mark Center complex in Alexandria, Virginia, including modifications to the Interstate 395 ramps at the Seminary Road Interchange. These improvements are necessary to improve traffic operations on the local road network surrounding the Mark Center. This project at this time is "Subject to the Availability of Funding". The design and construction cost for this project is estimated to be over $10,000,000. In accordance with Public Law 104-106 (41 U.S.C. 253m), the Eastern Federal Lands Highway Division (EFLHD) of the Federal Highway Administration is conducting a "two phased" Design-Build (D-B) selection process for the Virginia Department of Transportation (VDOT). Solicitation documents for Phase One, Request for Qualifications (RFQ), should be issued on or about October 11, 2011. Proposals will be due on or about November 10, 2011 at the EFLHD office in Sterling, Virginia. A selection committee will review and evaluate contractor qualifications and select the most highly qualified D-B firms/teams based on the established RFQ evaluation criteria to participate in Phase Two of this D-B selection process. During Phase Two, those firms/teams short-listed will be sent a Request for Proposal (RFP), which will outline the remainder of the process requirements. Please note that before the RFP will be issued the National Environmental Policy Act document (Categorical Exclusion) needs to be complete. Use Internet addresses http://www.efl.fhwa.dot.gov/contracting/Documents.aspx or https://www.fbo.gov/ (at QUICK SEARCH, type "EFLHD" and all available projects will be listed) to check for availability of bid documents. All bid documents can be directly downloaded from these websites. Documents will no longer be mailed. Register to receive Email Notification to automatically be notified when a document is added or updated for a specific project. If firms do not register as an interested vendor at the Federal Business Opportunities website, there will be no Plan Holders List. Annual Representations and Certifications FAR 52.204-8 (Oct 2010). The Representations and Certifications must be filled-in online at http://orca.bpn.gov/. The required Annual Form Vets-100 must also be filled-in online at http://vets100.com per FAR 52.222-37. Please send all questions concerning construction projects to eflhd.contracts@dot.gov. Include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. Requests for 'faxing' or overnight mailing will not be accepted. ATTENTION Minority, Women-Owned, and Disadvantaged Business Enterprises (DBEs) The Department of Transportation (DOT) offers working capital financing assistance for transportation related contracts. The DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169 or 202-366-1930. Internet address: http://osdbuweb.dot.gov IMPORTANT PAYMENT REQUIREMENT In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Also FAR clause 52.232-33 requires CCR registration for payment. CCR registration is available online at the following Internet web address: www.ccr.gov. IMPORTANT SUBCONTRACTING PLAN REQUIREMENTS Required from all "other than Small business" when requirement is expected to exceed $650,000 ($1,500,000 for construction) [FAR 19.702]. Contracting Officer, Contracting Officer Technical Representative, and Small Business Specialist are responsible for approving a reasonable and realistic plan [FAR 19.705-4] [TAM 1219.201(e)(6)]. Legislated subcontracting goals [15 USC 644(g)(1)]: 23% - Small Businesses (SB), 5% - Small Disadvantaged Businesses (SDB), 5% - Small Women-Owned Business Entities (SWBE), 3% - HUBzones, 3% - Service-Disabled Veteran-Owned Small Businesses (SDVOSB). A copy of each subcontracting plan (or contractor statement that no subcontracts are to be awarded) must be provided to Eastern Federal Lands and approved by the Office of Small Disadvantaged Business Utilization prior to close of negotiations (or award of the IFB) [TAM 1219.705-5 and -6].
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-12-R-00001/listing.html)
- Place of Performance
- Address: Alexandria, Virginia, United States
- Record
- SN02596082-W 20110930/110928235930-3cdb49a1c1e03125487b828c25da2b15 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |