Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2021 SAM #7253
SOURCES SOUGHT

99 -- U.S. Virgin Islands Reconstruct Veterans Drive - VI DPC 34(1)

Notice Date
10/8/2021 8:13:17 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
693C73 EASTERN FED LANDS DIVISION Ashburn VA 20147 USA
 
ZIP Code
20147
 
Solicitation Number
693C7322SS0002
 
Response Due
11/8/2021 11:00:00 AM
 
Archive Date
12/31/2021
 
Point of Contact
MELVIN O. SLOAN
 
E-Mail Address
EFHLD.contracts@dot.gov
(EFHLD.contracts@dot.gov)
 
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 SMALL BUSINESSES for potential construction contracts under NAICS 237310 - Highway, Street, and Bridge Construction to widen and reconstruct Veterans Drive from Hospital Gade (Route 25) around the Point to the intersection at the Edward Wilmoth Blyden Marine Terminal in St. Thomas, USVI. The work includes the widening of Veterans Drive and the construction of 4 traffic lanes around the Point (Legislature Building), along with a promenade and overlooks, by constructing approximately a 4,300 feet long seawall to expand the existing land area to accommodate the improvements. It also includes structure and obstruction removals (such as the existing bulkhead wall and sidewalks), surcharging, asphalt pavement construction and reconstruction, installation of a new signal system, reconstruction of Vendors Plaza, landscaping and streetscaping, intersection work, signage, pavement markings, utility relocation and coordination, drainage improvements, erosion and sediment control, temporary traffic control, and other related work. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a construction contract in Calendar Year 2022. The cost of the project is expected to exceed $80,000,000. 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: Melvin Sloan) no later than 2:00 PM (EST) on November 8, 2021:� A positive statement of your intention to submit a proposal 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). � 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. � A positive statement of the offeror's ability to perform at least 15% of the cost of contract performance effort with its own workforce. Offeror's experience to perform, or strategy to develop, and submit shop drawings, structural designs, material submittals, construction quality control program, as-built drawings and to provide other engineering and surveying services. Offeror's capability to perform the construction activities described above on contracts ranging in size from $30,000,000 to $100,000,000. Provide evidence 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 (JV), the offeror should include relevant information from both members of the JV.� � Offeror�s experience in building seawalls, similar in size to the one described above, to expand land areas to accommodate traffic or/and other structures or sources of loading 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. � Offeror�s experience in roadway and highway construction work 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. � Offeror�s experience in controlling and maintaining vehicle and pedestrian traffic during construction 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. � Offeror�s experience developing and implementing a Contractor�s Quality Control Plan (CQCP). The CQCP includes the measuring and the validation of the quality of the materials used and incorporated into the project including, but not limited to qualified personnel, equipment, testing facilities and sampling procedures. � Offeror�s current per contract and aggregate bonding capacity. � 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. � Note:� 1. Please reference:� 693C73-22-SS-0002 Sources Sought in the subject line of your email. 2. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED�TO 10 PAGES.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f4fcc6f421a64257a1fd3f2f9bf73286/view)
 
Place of Performance
Address: VI, USA
Country: USA
 
Record
SN06154970-F 20211010/211008230112 (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.