SOURCES SOUGHT
Y -- PR ER DOT PRMNT RPR (26) - Landslide Repairs in the North and South Region C1
- Notice Date
- 6/15/2023 4:21:50 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-0011
- Response Due
- 7/14/2023 11:00:00 AM
- Archive Date
- 09/29/2023
- Point of Contact
- Shirley A. Anderson, C. Shawn Long
- E-Mail Address
-
eflhd.contracts@dot.gov, EFLHD.CONTRACTS@dot.gov
(eflhd.contracts@dot.gov, EFLHD.CONTRACTS@dot.gov)
- Description
- Federal Highway Administration Eastern Federal Lands Highway Division Sources Sought Announcement No.: 693C73-23-SS-0011 Landslide Repairs in the North and South Region C1 PR ER DOT PRMNT RPR (26) SUBMITTAL INFORMATION� ISSUE DATE: �June 15, 2023 DUE DATE FOR RESPONSES: �July 14, 2023, 2:00 PM EST� SUBMIT RESPONSES TO: �Shirley A. Anderson 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 qualified SMALL BUSINESSES for a potential Design-Build construction contracts under NAICS 237310 - Highway, Street, and Bridge Construction to repair multiple landslides in Puerto Rico for the Puerto Rico Highway Authority. The design work may include but is not limited to: completing the design for the repair of 25 to 35 landslide sites per contract, preparing necessary documentation for acquiring National Environmental Policy Act (NEPA) approval, and for the acquisition of right-of-way following PRHTA�s design standards and directives as needed for each of the sites. The Construction work may include, but is not limited to: embankment reconstruction, excavation, concrete, different types of retaining walls (concrete gravity walls, cantilever reinforced concrete walls, gabion gravity walls, mechanically stabilized earth walls, soil nail walls), drainage structures (pipes, concrete box culverts, inlets, concrete curb and gutters), riprap, removal and replacement of the roadway structure, removal and replacement of guardrails and end sections, removal and replacement of traffic sign, maintenance of traffic and temporary traffic control, soil erosion and sedimentation control, pavement markings, utilities, and other related work.� The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates procuring multiple design-build construction contracts between Calendar Years 24 and 25. The cost of each project is expected between the range of $25,000,000 to $35,000,000. QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.CONTRACTS@dot.gov (Attn: Shirley Anderson) no later than 2:00 PM (EST) on July 14, 2023: 1.�� �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). 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.�� �A positive statement of the offeror's ability to perform at least 15% of the cost of contract performance effort with its own workforce. 4.�� �Offeror's experience to perform, or strategy to complete, and submit the designs for multiple design packages that include landslide and/or washout repairs at different design stages; the necessary documentation and processes to acquire NEPA approval; and the documentation and processes to acquire right-of-way following PRHTA�s design standards and guidelines.� 5.�� �Offeror's experience to perform, or strategy to develop, and submit shop drawings, material submittals, construction quality control program, manage traffic, as-built drawings and other engineering and surveying services. 6.�� �Offeror's capability to perform these types of design and construction activities on contracts ranging in size from $10,000,000 to $30,000,000. 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. 7.�� �Offeror�s experience in building retaining wall systems and reinforced soil slopes 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 managing multiple design and/or construction activities in multiple projects simultaneously. � 9.�� �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.� 10.�� �Offeror�s current per contract and aggregate bonding capacity.� 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. Note: 1. Please reference: 693C73-23-SS-0011 Sources Sought in the subject line of your email. 2. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 8 PAGES.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/245f875b1f61423bb667ba26afbb3e7f/view)
- Record
- SN06718224-F 20230617/230616060716 (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 |