Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2022 SAM #7645
SOURCES SOUGHT

Y -- Sleeping Bear Dunes National Seashore (M-109) and (Route 920)

Notice Date
11/3/2022 2:07:38 PM
 
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
693C73-23-SS-0002
 
Response Due
11/17/2022 11:00:00 AM
 
Point of Contact
MELVIN O. SLOAN, C. Shawn Long
 
E-Mail Address
EFHLD.CONTRACTS@dot.gov, EFLHD.CONTRACTS@dot.gov
(EFHLD.CONTRACTS@dot.gov, EFLHD.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 contractors that are �prequalified� with Michigan Department of Transportation (MDOT) (all sizes) for a project located in Sleeping Bear Dunes National Seashore, Leelanau County, Michigan. The project consists of constructing left and right turn lanes on South Dune Highway (M-109) at Dune Climb Parking Area (Route 920) within the Sleeping Bear Dunes National Seashore. �The work includes grading, aggregate base, asphalt pavement milling, asphalt concrete pavement, MSE wall, pavement markings, and other miscellaneous work under NAICS 237310 � Highway, Street, and Bridge Construction. �The work will be primarily located in Sleeping Bear Dunes National Seashore in Leelanau County, Michigan. �� The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a construction contract in Calendar Year 2023. �The cost of the project is expected to be between $1,000,000 - $5,000,000. � A list of Michigan Department of Transportation �Prequalified Contractors� can be located here: �https://mdotjboss.state.mi.us/PSVR/PrequalifiedContractors.htm � QUALIFIED PRIME CONTRACTORS who are currently �Prequalified� with MDOT open to both Small Businesses and Large Businesses shall submit the following information by e-mail to EFLHD.CONTRACTS@dot.gov (Attn: Melvin Sloan) no later than 2:00 PM (ET) on November 17, 2022: � 1.�� �A positive statement that your company is currently a part of MDOT�s list of Prequalified Contractors. 2.�� �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). 3.�� �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.� *Large Businesses are to identify their size standard as Large. 4.�� �Offeror's ability to perform at least 15% of the cost of contract performance effort with its own workforce. 5.�� �Offeror's capability to perform the described construction activities on contracts ranging in size from $1,000,000 to $5,000,000, 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. � 6.�� �Offeror�s current per contract and aggregate bonding capacity.� 7.�� �Unique Entity Identifier 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: �693C73-23-SS-0002 Sources Sought in the subject line of your email. 2. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED� � � TO 5 PAGES. � �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b218016f6c2c4ccfb5402757059ae35d/view)
 
Place of Performance
Address: Empire, MI 49630, USA
Zip Code: 49630
Country: USA
 
Record
SN06509794-F 20221105/221103230103 (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.