Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOURCES SOUGHT

99 -- Sources Sought GRSM1B22

Notice Date
8/11/2017
 
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-GRSM1B22
 
Point of Contact
Bonnie H. DuBose, Phone: 7039483545, MELVIN O. SLOAN, Phone: 7034046205
 
E-Mail Address
EFLHD.contracts@dot.gov, EFHLD.contracts@dot.gov
(EFLHD.contracts@dot.gov, EFHLD.contracts@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
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 SMALL BUSINESSES for the pavement preservation of Newfound Gap Road, South, from Milepost 14.76 to the southern Park boundary at Milepost 31.96 and pull-offs within the Great Smokey Mountains National Park. The work includes partial depth patching, removal of existing pavement markings, crack sealing, permanent striping, temporary traffic control, and other miscellaneous work. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding the construction contract no earlier than May 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: Ms. Bonnie DuBose) no later than 2:00PM (EST) on September 11, 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. Describe the experience of your superintendent, foreman and paving crew with Ultrathin Bonded Wearing Course (UTBWC) paving? 5. Describe your experience in coordinating with multiple federal, state and local agencies for the successful completion of a construction project performed in 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 (JV), the offeror should include relevant information from both members of the JV. 6. Describe your experiences with installation of NovaChip or Ultrathin Bonded Wearing Course (UTBWC). Identify the type of project, location of project, quantities placed, customer name, customer satisfaction, timeline of performance, equipment and specific paver used for UTBWC paving. Describe your ability to obtain the UTBWC paver for future projects. 7. Describe your experiences in coordinating with customers for paving projects on sites with high vehicular traffic volumes coupled with time restrictive construction windows as identified by the customer. 8. 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. 9. Please provide your current per contract and aggregate bonding capacities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-GRSM1B22/listing.html)
 
Place of Performance
Address: 21400 Ridgetop Circle, Sterling, Virginia 20166, United States
Zip Code: 20166
 
Record
SN04625451-W 20170813/170811232306-6326c56e5fcc47b39f5b6b47180d0ebf (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  © 1994-2020, Loren Data Corp.