Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 17, 2021 SAM #7291
SOLICITATION NOTICE

Y -- Blue Ridge Parkway

Notice Date
11/15/2021 12:26:01 PM
 
Notice Type
Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
693C73 EASTERN FED LANDS DIVISION Ashburn VA 20147 USA
 
ZIP Code
20147
 
Solicitation Number
693C73-22-R-000008
 
Response Due
1/18/2022 11:00:00 AM
 
Archive Date
04/18/2022
 
Point of Contact
C. Shawn Long, Fax: 703-404-6217, Emily McCleary, Fax: 703-404-6217
 
E-Mail Address
EFLHD.Contracts@dot.gov, EFLHD.Contracts@dot.gov
(EFLHD.Contracts@dot.gov, EFLHD.Contracts@dot.gov)
 
Description
Proposals from all business concerns will be accepted for the Blue Ridge Parkway Project NP-BLRI 2D17, Solicitation Number 693C73-22-R-000008, located in Ashe County, North Carolina. �The project consists of the replacement of the Laurel Fork Bridge of the Blue Ridge Parkway located at Milepost 248.85. The work includes precast segmental concrete, structural concrete, post-tensioning system, reinforcing steel, drilled shafts, temporary bridges, mechanically stabilized earth wall, bridge railing, bridge removal, stone masonry, and other miscellaneous work. The project is expected to fall within the price range of greater than $10,000,000.� Contract Award/Notice to Proceed is subject to the receipt of permits. Request for Proposal documents should be issued on or about October 21, 2021. �Proposal due date and location will be specified on the SF 1442, Block 13a of the Solicitation. A virtual pre-bid meeting and site visit will be scheduled for all interested Contractors.� Details will be specified in Section E of the Solicitation. Offerors will be required to submit qualifications related to their construction experience in precast post-tensioned concrete box girder segmental bridges, drill shafts, stone masonry, and project management.� The Solicitation will include further information on these requirements.� This will be a lowest price technically acceptable solicitation.� All eligible Contractor firms/teams (Offerors) will be invited to participate in a two-step RFP process.� The two steps will include the submittal of two proposal packages; a Technical proposal and a Price Proposal.� A description of these proposals and their requirements can be found in the RFP�s Proposal Instructions (B Pages). Use Internet address www.sam.gov (click on Contract Opportunities, then type �693C73� in the Search Contract Opportunities box and click the search button and all available projects will be listed) to check for the availability of advertisement documents.� All documents can be directly downloaded from this website.� Solicitation documents will no longer be mailed.� Register to receive email notifications to be automatically notified when a document is added or updated for a specific project.� If firms do not register as an interested vendor at this website, there will be no Interested Vendors List. Annual Representations and Certifications FAR 52.204-8 (SEP 2021).� The Representations and Certifications must be completed online at www.sam.gov.� The required annual Form VETS-4212 must also be completed online at http://www.dol.gov/vets/vets4212.htm per FAR 52.222-37. Please send all questions concerning construction projects to eflhd.contracts@dot.gov.� Include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number.� Requests for 'faxing' or overnight mailing will not be accepted. IMPORTANT PAYMENT REQUIREMENT In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in the System for Award Management (SAM) database at the time an offer is submitted.� Also, FAR clause 52.232-33 requires SAM registration for payment.� SAM registration is available online at the following Internet web address: www.sam.gov. IMPORTANT SUBCONTRACTING PLAN REQUIREMENTS Required from all ""other than small business"" when the requirement is expected to exceed $750,000 ($1,500,000 for construction) [FAR 19.702]. �Contracting Officer, Contracting Officer�s Representative, and Small Business Specialist are responsible for approving a reasonable and realistic plan [FAR 19.705-4] [TAM 1219.201(e)(6)]. �Legislated subcontracting goals [15 USC 644(g)(1)]: 45.25% - Small Businesses (SB), 5% - Small Disadvantaged Businesses (SDB), 5% - Women-Owned Small Business Entities (WOSB), 3% - HUBZone, 3% - Service-Disabled Veteran-Owned Small Businesses (SDVOSB). �A copy of each subcontracting plan (or contractor statement that no subcontracts are to be awarded) must be provided to Eastern Federal Lands and approved by the Office of Small Disadvantaged Business Utilization prior to close of negotiations (or award of the IFB) [TAM 1219.705-5 and -6]. Please Note: This solicitation is a Request for Proposal (RFP).� Therefore, there will not be a public bid opening and proposals are not available for review.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/558e87add6bb4e3ba2c0d62bd3124c08/view)
 
Place of Performance
Address: NC, USA
Country: USA
 
Record
SN06176788-F 20211117/211115230111 (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.