Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2013 FBO #4094
SOLICITATION NOTICE

Y -- Fort Pulaski National Monument: FOPU 10(3) CMGC - Synopsis

Notice Date
2/6/2013
 
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-00010
 
Archive Date
2/28/2014
 
Point of Contact
Jason L. Albright, Phone: 7034046212, 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
Request for Proposal documents should be issued on or about February 19, 2013. Fort Pulaski National Monument Repair/Rehabilitation of the Existing Superstructure and Substructure Construction Manager General Contractor (CMGC) PROJECT NO. PRA-FOPU 10(3) Synopsis Proposals from all business concerns will be accepted for the Construction Manager General Contractor (CMGC) of Project PRA-FOPU 10(3), Solicitation Number DTFH71-13-R-00010. The project is located between Savannah and Tybee Island, in Chatham County, Georgia. The project will consist of the collaboration of design and future construction. The design project work will include the following: repair/rehabilitate existing superstructure and substructure, including placing new riprap on the embankment slopes, repairing concrete deck, repair/replace expansion joints, repair/replace bearings, paint steel beams, strengthen steel beams as needed, replace timber pile bent bracing, replace timber pile bents as needed, retrofit concrete pile bents, and repair all timber piles. 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; 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 lands owned by the National Park Service. The utilities within the project area include power and telephone run in curb or bridge deck. 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 December 2013, and all project construction must be completed by the end of November 2014. Request for Proposal documents should be issued on or about February 19, 2013. Proposal due date and location will be specified in the SF1442. 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 January 2014. Project Specific Information: Schedule A: Participation in design of the project. 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); 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 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 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-00010/listing.html)
 
Place of Performance
Address: Chatham County, Georgia, Georgia, United States
 
Record
SN02980817-W 20130208/130206234355-338221307388777c909308cc075848a1 (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.