Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2013 FBO #4061
SOLICITATION NOTICE

Y -- Blue Ridge Parkway CMGC - Synopsis

Notice Date
1/4/2013
 
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
DTFH71-13-R-00001
 
Archive Date
2/4/2014
 
Point of Contact
Shirley A Anderson, Phone: 703-948-1407, Jason L. Albright, Fax: 571-434-1551
 
E-Mail Address
eflhd.contracts@dot.gov, eflhd.contracts@dot.gov
(eflhd.contracts@dot.gov, eflhd.contracts@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Proposal documents should be issued on or about January 18, 2013. Blue Ridge Parkway Slide Stabilization and Historic Stone Masonry Guardwall Repairs Construction Manager General Contractor (CMGC) PROJECT NO. PRA-BLRI 2C10 Synopsis Proposals from all business concerns will be accepted for the Construction Manager General Contractor (CMGC) of the Slide Stabilization and Historic Stone Masonry Gurdrail Repairs Project No.: PRA-BLRI 2C10, Solicitation Number DTFH71-13-R-00001, located near Milepost 242 of the Blue Ridge Parkway in Alleghany County, North Carolina (commonly known as Alligator Back and Ice Rock areas). The project will consist of the collaboration of design and future construction. The design project work will include the following: slide stabilization utilizing soil nails and Geosynthetic Reinforced Soils (GRS); construction of new concrete core, stone masonry guardwalls which replace but maintain the appearance and character of existing historic stone masonry guardwalls; pavement reconstruction of approximately 0.38 miles of roadway; replacement of concrete paved waterway with stone masonry waterway; construction of asphalt paved waterway; and various drainage repairs. All construction must be completed while maintaining a minimum of one lane of two-way traffic at all times. The CMGC Schedule A contract work is anticipated to include, among other things: design input and comments; preparation of bid; constructability report (initial and final); construction schedule; and participation in field reviews. If the CMGC contractor is awarded Option B, the work will include all construction work mentioned under the design project such as roadway reconstruction; quality assurance and quality control for construction; temporary traffic control; and overall project management. Environmental Compliance (Categorical Exclusion) will be completed by the government during the design process. The government will be responsible for all required environmental permits for the project. The project is to occur completely on Federal Land owned by the National Park Service. There are no known utilities within the project area. The construction cost for award is anticipated to fall between $2,000,000 and $6,000,000. The Eastern Federal Lands Highway Division of the Federal Highway Administration is conducting a CMGC selection process for the National Park Service. If the project is awarded, all work on the project design must be completed by the end of January of 2014, and all project construction must be completed by the end of March of 2015. Request for Proposal documents should be issued on or about January 18, 2013. Proposal due date and location will be specified on the SF 1442. An evaluation board will review and evaluate contractor proposals. Selection will be based on the Best Value to the government. During the design process, the firm will prepare a bid for Option B, which will be evaluated and compared to the Independent Construction Estimate (ICE) and the final engineer's estimate. The contract award for Option B is anticipated in March 2014. Project Specific Information: Schedule A: Participation in design of the project located near Milepost 242 of the Blue Ridge Parkway in Alleghany County, North Carolina (commonly known as Alligator Back and Ice Rock areas). The design project work will include the following: slide stabilization utilizing soil nails and Geosynthetic Reinforced Soils (GRS); construction of new concrete core, stone masonry guardwalls which replace but maintain the appearance and character of existing historic stone masonry guardwalls; pavement reconstruction of approximately 0.38 miles of roadway; replacement of concrete paved waterway with stone masonry waterway; construction of asphalt paved waterway; and various drainage repairs. The CMGC Schedule A contract work is anticipated to include, among other things: design input and comments; preparation of bid; constructability report (initial and final); construction schedule; and participation in field reviews. Option B: If the CMGC contractor is awarded Option B, the work will include all construction work mentioned under the design project (Schedule A) including roadway reconstruction; quality assurance and quality control for construction; temporary traffic control; and overall project management. All construction must be completed while maintaining a minimum of one lane of two-way traffic at all times. 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 (Dec 2012). The Representations and Certifications must be filled-in online at http://sam.gov/. The required Annual Form Vets-100 must also be filled-in online at http://vets100.dol.gov 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.sam.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's 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]. PLEASE NOTE This is a Request for Proposal (RFP), therefore there will not be a public bid opening and proposals are not available for review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-13-R-00001/listing.html)
 
Place of Performance
Address: Alleghany County, North Carolina, United States
 
Record
SN02959265-W 20130106/130104234039-55eaba274a09c245db1c303f63a849c0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.