Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2013 FBO #4082
SOLICITATION NOTICE

Y -- Great Smoky Mountains National Park: PRA-GRSM 1B20 - Presolicitation

Notice Date
1/25/2013
 
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-00009
 
Archive Date
5/31/2013
 
Point of Contact
Jason L. Albright, , Shirley A Anderson,
 
E-Mail Address
eflhd.contracts@dot.gov, EFHLD.contracts@dot.gov
(eflhd.contracts@dot.gov, EFHLD.contracts@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis Notice - GRSM 1B20 Synopsis Proposals from all business concerns will be accepted for the Great Smoky Mountains National Park Project PRA-GRSM 1B20, Solicitation Number DTFH71-13-R-00009, located in Swain County, North Carolina. The project consists of the restoration and stabilization of the slide area approximately 9 miles from Cherokee and 7 miles from Newfound Gap and reconstruction of Newfound Gap Road. The work includes construction of geogrid reinforced embankment with stone fill, removal of asphalt pavement, Superpave asphalt concrete pavement, drainage improvements and other miscellaneous work. The project is expected to fall within the price range of $3,000,000 to $7,000,000. The solicitation should be issued on or about January 28, 2013. Proposal due date and location will be specified on the SF 1442, Block 13a of the Solicitation. Contract Award/Notice to Proceed (NTP) is subject to availability of funding and receipt of permits. Construction activities at the project site must be completed no later than May 15, 2013. The Government will award to the qualified, responsible offeror with the lowest bid, using Two-Step Sealed Bidding procedures in accordance with FAR Subpart 14.5. In the first step, the Contracting Officer will issue a request for qualifications (RFQ) from all interested contractors. The statements of qualifications will be evaluated, and offerors that are found qualified will be invited to participate in step two. In the second step, invitations for bid shall be issued only to those offerors determined to be acceptable in step one. The Offeror with the lowest price bid during step two will be awarded the contract. A pre-bid site visit will be available for qualified contractors in step two of the procurement. Use the internet address 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 this website. 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 https://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 For security reasons, individuals requiring access to the EFLHD must present a valid photo ID and be escorted to their destination by a Government employee. Due to new security provisions, all visitors attending bid openings are urged to arrive at least 1 hour prior to the scheduled bid opening. All visitors must register with the receptionist in Room 100. A Government employee will collect the bids. Prior to bid opening, a Government employee will escort all bidders to the bid opening. Unescorted visitors will be denied entry and no exceptions will be made.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-13-R-00009/listing.html)
 
Place of Performance
Address: Swain County, North Carolina, North Carolina, United States
 
Record
SN02972669-W 20130127/130125234400-793102360f39adef4e609db7c22e191c (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.