Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2020 SAM #6781
SOURCES SOUGHT

Y -- National Mall and Memorial Parks

Notice Date
6/21/2020 9:59:25 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
693C73 EASTERN FED LANDS DIVISION STERLING VA 20166 USA
 
ZIP Code
20166
 
Solicitation Number
693C73-20-SS-0006
 
Response Due
7/10/2020 11:00:00 AM
 
Archive Date
02/28/2021
 
Point of Contact
C. Shawn Long, Fax: 703-404-6217, Tiphanie Thompson, 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
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SUBMITTAL INFORMATION: �� ISSUE DATE: �June 21, 2020� DUE DATE FOR RESPONSES: �July 10, 2020, at 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 of qualified SMALL BUSINESSES only for the rehabilitation of the Outlet Bridge � East Basin Drive over the Washington Channel, National Mall and Memorial Parks, Washington, DC. �The work includes the concrete repair of abutments and piers, beam jacking and temporary support of structure carrying traffic, cleaning and painting of steel superstructure over water with containment system, removal and replacement of bridge expansion joints, bridge deck micro-milling and placement of polyester polymer concrete (PPC) overlay, seawall repair requiring cofferdams, approach roadway reconstruction, maintenance of traffic and implementation of an intermediate level traffic management plan for a roadway with an approximate average daily traffic of over 30,000 vehicles, utility coordination, permanent signing and striping, and other miscellaneous work. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one construction contract no earlier than February 2021. �The cost of the entire project is estimated to be between $1,000,000 and $5,000,000. 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. C. Shawn Long) no later than 2:00PM (EST) on July 10, 2020:� 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 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 experience in completing a contract of 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 rehabilitating existing bridges where traffic is to be maintained on a portion of the bridge 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 rehabilitating bridges over waterways 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 bridge deck micro-milling and placement of polyester polymer concrete (PPC) overlay 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 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 30,000 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.� 10. 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. 11. Commercial and Government Entity (CAGE) Code and DUNS Number; if a member of a joint-venture (JV) or mentor-prot�g� 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, 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-0006 Sources Sought Project NP-NAMA 12(3)� in the subject line of your email.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b3dc9f51b2d94d93a7f02e685054dbc7/view)
 
Place of Performance
Address: DC, USA
Country: USA
 
Record
SN05698008-F 20200623/200622143450 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.