Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
SOURCES SOUGHT

99 -- Sources Sought NP-GWMP (1), 2(1) - Sources Sought

Notice Date
5/8/2017
 
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-SourcesSoughtNP-GWMP(1)2(1)
 
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
Sources Sought 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 responsive BUSINESSES for a construction contractor to rehabilitate the Windy Run Bridge over Windy Run on the George Washington Memorial Parkway (GWMP) in Arlington County, Virginia. The GWMP is a four lane divided highway with an average daily traffic of over 80,000 vehicles per day (vpd). The work includes removing an existing asphalt pavement overlay on the southbound lanes of the bridge, removing the top 3 ½ inches of the concrete deck on the northbound and southbound lanes of the bridge using hydro-demolition, placing 3 ½ inches structural High Early Strength Latex Modified Concrete (LMC) overlay on the northbound and southbound bridge deck, repairing concrete substructures, painting steel structures, reconstructing the northbound and southbound asphalt roadway approaches, removing and replacing concrete curbs and medians, removing and replacing weathering steel median guardrail, signing, pavement markings, and other miscellaneous work. The work must be completed under traffic using staged construction with long-term lane closures, diversions, and reversible traffic lanes. Northbound and southbound traffic will be maintained on one half of the structure while construction operations are ongoing on the other half. The bridge rehabilitation work must be performed using a containment system to protect Windy Run from contamination throughout the duration of the project. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding the construction contract no earlier than January 2018. The cost of the entire project is not expected to exceed $5,000,000. 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 June 8, 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 (JV), 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 within the past 5 years in removing concrete from existing bridges using hydro-demolition without exceeding the required depth. Include 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 within the past 5 years in placing High Early Strength LMC on existing bridge decks to ensure proper bonding between the new and old concrete. Include 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 within the past 5 years in performing the work described in items #6 and #7 on multiple span bridges over sensitive areas, such as waterways, where there was limited space for staging and construction equipment. Include 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 within the past 5 years in reconstructing or rehabilitating roadways and bridges using staged traffic control with long-term lane closures and diversions on multi-lane divided highways with an average daily traffic of over 80,000 vpd. Include only projects constructed under traffic. Include a brief description of the project, customer name, timeliness 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. Offeror's experience within the last 5 years in constructing bridge repairs with full or partial depth deck replacement over bodies of water using containment systems to protect the water bodies against contamination from construction debris, sediment, and discharges of oils and other fluids from the work zone. Include 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. 11. Commercial and Government Entity (CAGE) Code and DUNS Number; if a member of a joint-venture or mentor-protégé agreement with the SBA, please provide information on both members of the JV. 12. 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 NP-GWMP (1), 2(1)" in the subject line of your email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-17-SourcesSoughtNP-GWMP(1)2(1)/listing.html)
 
Place of Performance
Address: 21400 Ridgetop Circle, Sterling, Virginia, 20166, United States
Zip Code: 20166
 
Record
SN04499279-W 20170510/170508234253-8309cffc57bf53ee7b3095b7da9d7ac0 (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.