SOURCES SOUGHT
Y -- Natchez Trace Parkway - Sources Sought
- Notice Date
- 9/19/2019
- 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
- 693C73-20-SS-0001
- Archive Date
- 12/3/2019
- Point of Contact
- C. Shawn Long, Fax: 703-404-6217, Shirley A Anderson, Fax: 703-404-6217
- E-Mail Address
-
eflhd.contracts@dot.gov, EFLHD.CONTRACTS@dot.gov
(eflhd.contracts@dot.gov, EFLHD.CONTRACTS@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Responses are due by October 3, 2019, at 2:00 p.m. EST. Federal Highway Administration Eastern Federal Lands Highway Division Sources Sought Announcement No. 693C73-20-SS-0001 Natchez Trace Parkway Project: NP-NATR 2A18, 2B7, 2C6, 2D11, 3A17 SUBMITTAL INFORMATION ISSUE DATE: September 19, 2019 DUE DATE FOR RESPONSES: October 3, 2019 2:00 PM Eastern Standard Time (EST) SUBMIT RESPONSES TO: Mr. C. Shawn Long at eflhd.contracts@dot.gov SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT Synopsis: 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 and capability of SMALL BUSINESSES for the rehabilitation of the Natchez Trace Parkway (NATR) located in Colbert & Lauderdale Counties, Alabama; and Prentiss & Tishomingo Counties, Mississippi. The proposed Design/Build project will rehabilitate the Natchez Trace Parkway between Milepost (MP) 296.60 and MP 331.20. The rehabilitation of the NATR includes: 1)Design of the rehabilitation of the Parkway; 2) Design and implementation of Transportation Management Plan (TMP), temporary traffic control, and permanent traffic control; 3) Obtain all approvals required for the design and construction, including waivers and exceptions, and obtain all permits and approvals required for construction including coordination with all necessary federal, state, and local entities with authority; 4) Obtain all permits and approvals required for any utility relocation; 5) reconstructing the asphalt pavement; 6) replacing and adding drainage inlets and culverts; 7) stabilizing erosion at drainage outfalls and roadway slope; 8) improving safety along the Parkway; 9) improving safety with options for rumble/mumble strip and safety edge; 10) existing bridge deck may require micromiling, concrete removal and repairs with High Performance Concrete and water proofing membrane; and 11) installation of storm water management (SWM) facilities. The cost for this project is estimated to be between $30,000,000 and $40,000,000. 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. C. Shawn Long) no later than 2:00PM (EST) on October 3, 2019: 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 to determine whether the "Rule of 2" has been met for any socio-economic category for set-aside purposes. DO NOT SEND COPIES OF YOUR CCR/SAM PROFILE. 3. Offeror's ability to perform at least 15% 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. 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. 7. 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 SOURCE SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 5 PAGES, single-spaced, with font size 12 or larger using Times New Roman or Arial. Page margins no smaller than 1" and page size shall be no greater than 8.5" x 11." Submission shall be provided in electronic format readable and searchable by Adobe Acrobat or Microsoft Word. Do NOT submit marketing material, slide presentations, or technical papers. Do NOT submit resumes. Please reference "693C73-20-SS-0001, Sources Sought Project NP-NATR 2A18, 2B7, 2C6, 2D11, 3A17" in the subject line of your email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/693C73-20-SS-0001/listing.html)
- Place of Performance
- Address: Colbert and Lauderdale Counties, Alabama and Prentiss and Tishomingo Counties, Mississippi, United States
- Record
- SN05450722-W 20190921/190919230809-3e33687aebffa4da8236d04d34ed8ea6 (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 |