SOURCES SOUGHT
Z -- Sources Sought VA FLAP NPNWS 105(1) - Sources Sought VA FLAP NPNWS 105(1)
- Notice Date
- 3/10/2017
- Notice Type
- Sources Sought
- 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
- DTFH71-17-SourcesSought-NPNWS105(1)
- Archive Date
- 4/25/2017
- Point of Contact
- MELVIN O. SLOAN, Phone: 7034046205
- E-Mail Address
-
EFHLD.contracts@dot.gov
(EFHLD.contracts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose of this announcement is to determine the availability of qualified BUSINESSES for a construction contractor to reconstruct the Ft. Eustis Boulevard Bridge over the Lee Hall Reservoir in the City of Newport News, Virginia. The work includes the full removal and replacement of the existing 658-foot long bridge superstructure and substructure in phases, approach roadway reconstruction, maintenance of traffic and implementation of a significant level traffic management plan for a roadway with an approximate average daily traffic of 38,000 vehicles, utility coordination and relocations, permanent signing and striping, and other miscellaneous work. The elevation of the bridge profile will be increase and the number of spans reduced. Traffic needs to be maintained through one half of the structure while construction operations are ongoing on the other half, since traffic outside the work area cannot be stopped for extended amount of times. The Lee Hall Reservoir needs to be protected from contamination throughout the duration of the project. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one construction contract no earlier than January 2019. The cost of the entire project expected to exceed greater than $10,000,000. QUALIFIED PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman-owned small businesses, 8(a) small businesses, or Service-disabled Veteran-owned small businesses shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Mr. Melvin Sloan) no later than 2:00PM (EST) on April 10, 2017: 1. A positive statement of your intention to submit a bid for the solicitation as a Prime Contractor containing your full business name, address, point of contact, phone number, e-mail address, and web site (if any). 2. Offeror's business designation and socioeconomic sector (i.e. Small, 8(a), Woman-owned, Service-disabled Veteran Owned, HUBZone, Small Disadvantaged, etc.); A copy of the letter from the Small Business Administration (SBA) stating date of HUBZone small business certification or acceptance to the 8(a) small business program. In the case of a Service Disabled Veteran Owned Small Business Concern, you must provide proof of eligibility (DD Form 214 or a letter of adjudication from the Veterans Administration). This information must be provided in order to determine whether the "Rule of 2" has been met for any particular socio-economic category for set-aside purposes. DO NOT SEND COPIES OF YOUR CCR/SAM PROFILE. 3. Offeror's ability to perform at least 50% of the cost of contract performance effort with its own workforce. 4. Offeror's capability to perform a contract of this magnitude and complexity, comparable work performed within the past 5 years, including a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of project. If a member of a joint venture, the offeror should include relevant information from both members of the JV. 5. Offeror's experience in coordinating with multiple federal, state, and local agencies for the successful completion of a construction project performed within the last 5 years, including a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of project. If a member of a joint venture, the offeror should include relevant information from both members of the JV. 6. Offeror's experience in removing existing bridges and building multiple span bridges in stages, where traffic is to be maintained on a portion of the bridge for the duration of the project within the past 5 years, including a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of project. If a member of a joint venture, the offeror should include relevant information from both members of the JV. 7. Offeror's experience in building multiple span bridges over sensitive areas, such as waterways and overpasses, where there is limited space for staging and construction equipment performed within the past 5 years, including a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of project. If a member of a joint venture, the offeror should include relevant information from both members of the JV. 8. Offeror's experience in implementing the traffic control strategies of a Transportation Management Plans on corridors within a City for a roadway with an average daily traffic of over 35,000 in which the number of traffic lanes will be reduced to accommodate construction work performed within the past 5 years, including a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of project. If a member of a joint venture, the offeror should include relevant information from both members of the JV. 9. Offeror's experience performing construction work over bodies of water that had to be protected against erosion, sedimentation, construction debris, and contamination from discharges of oils and other fluids from the work zone in order to maintain water quality within the last 5 years, including a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of project. If a member of a joint venture, the offeror should include relevant information from both members of the JV. 10. Commercial and Government Entity (CAGE) Code and DUNS Number; if a member of a joint-venture (JV) or mentor-protégé agreement with the SBA, please provide information on both members of the JV. 11. Please provide your current per contract and aggregate bonding capacities. The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified and registered under the NAICS code 237310 in the System for Award Management (SAM) located at https://www.sam.gov/ RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 6 PAGES. Please reference "Sources Sought VA FLAP NPNWS 105(1)" in the subject line of your email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-17-SourcesSought-NPNWS105(1)/listing.html)
- Place of Performance
- Address: 21400 Ridgetop Circle, Sterling, Virginia, 20166, United States
- Zip Code: 20166
- Zip Code: 20166
- Record
- SN04430777-W 20170312/170310233851-156b4a6dac8c9d63e4c67a0ee86336b1 (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 |