SOURCES SOUGHT
Y -- George Washington Memorial Parkway - Reconstruction of Mount Vernon Trail Project VA NP GWMP MVT(4)
- Notice Date
- 2/4/2024 2:59:28 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
- 693C73-24-SS-0004
- Response Due
- 2/26/2024 11:00:00 AM
- Archive Date
- 05/26/2024
- Point of Contact
- Michael Sun, 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. 693C73-24-SS-0004 Reconstruction of Mount Vernon Trail Project VA NP GWMP MVT(4) SUBMITTAL INFORMATION:� ISSUE DATE: �February 4, 2024 DUE DATE FOR RESPONSES: �February 26, 2024, 2:00 PM EST� SUBMIT RESPONSES TO: �Mr. Michael Sun 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 sources for a proposed design-build construction project for the reconstruction of Mileposts 11 to 17.5 on Mount Vernon Tail, George Washington Memorial Parkway. This rehabilitation project is located in Alexandria, VA and the District of Columbia, Washington, D.C. The scope of work will address deferred maintenance, accommodate changes in use, while improving accessibility and safety of the trail along the northern section of the trail. The project consists of reconstructing approximately seven miles of trail. The work includes grading, aggregate base, asphalt pavement, replacing timber bridges, rehabilitating concrete bridges, drainage improvements, pedestrian safety improvements (signage and stripping), retaining walls, and trail realignment. The work will incorporate reconstruction designs of the trail, design and implementation of a Transportation Management Plan, temporary trail user controls, detours, and other miscellaneous work. Obtaining all permits and approvals are required for construction. The work is divided into bid schedules as follows: Schedule A (Base Contract) - Design and reconstruction of Mount Vernon Trail in Arlington County and the city of Alexandria, Virginia. Schedule B (Option 1) - Construction of the Mount Vernon Trail on Columbia Island in the District of Columbia, Washington, D.C. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a design-build construction contract no earlier than April 2025. �The cost of the entire project is estimated to be between $40,000,000 to $50,000,000. QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Mr. Michael Sun) no later than 2:00PM (EST) on February 26, 2024: 1. �A positive statement of your intention to submit a proposal for the solicitation when it is issued as a Prime Contractor containing your full business name, address, point of contact, phone number, e-mail address, and web site (if any). �If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. 2. �A positive statement of your intention to submit a Project Labor Agreement prior to any potential contract award if your firm is determined to be the apparent successful offeror pursuant to Executive Order 14063 and the policies and procedures of FAR Subpart 22.5 � Use of Project Labor Agreements for Federal Construction Projects: When awarding large scale construction projects (>$35 million), federal agencies shall require the use of project labor agreements for contractors and subcontractors engaged in construction on the project unless an exception at FAR Part 22.504(d) applies as determined by the agency�s Senior Procurement Executive. � 3. �Your firm�s size standard under NAICS code 237310; Highway, Street and Bridge Construction ($45 Million). 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/ at the time an offer is submitted in response to any solicitation. �If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. 4. �Identify all applicable classifications for your firm such as: �large business, small business; woman-owned small business; 8(a) small business; small-disadvantaged business; HUBZone small business; service-disabled veteran-owned small business; etc. �This information must be provided to determine whether the ""Rule of 2"" has been met for any socio-economic category for set-aside purposes. �Please note that 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. If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. 5. �Offeror's ability to perform at least 50% of the total amount of work to be performed under the contract as a large business prime contractor per FAR Clause 52.236-1 � Performance of Work by the Contractor; or ability to perform at least 15% of the cost of contract performance effort with its own workforce as a small business prime contractor per FAR Clause 52.219-14 Limitations on Subcontracting. 6. �Offeror�s experience within the past 5 years in reconstructing linear roadway and/or trail projects. Provide a minimum of one example consisting of a minimum of 5 miles of linear reconstructing work. Include a detailed 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 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, obtaining environmental permits related to the project, 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 Unique Entity ID and Commercial and Government Entity (CAGE) Code; 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. 9. �Please provide your current per contract and aggregate bonding capacities. RESPONSES TO THIS SOURCE SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 5 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 �Sources Sought Announcement No. 693C73-24-SS-0004 for Project VA NP GWMP MVT(4)� in the subject line of your email.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/87b60ee7295a47b48f80418de7cc2ef7/view)
- Place of Performance
- Address: Alexandria, VA, USA
- Country: USA
- Country: USA
- Record
- SN06954295-F 20240206/240204230032 (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 |