Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2024 SAM #8163
SOURCES SOUGHT

Y -- South Region Highway, Street, and Bridge Construction Multiple Award Task Order Contracts (MATOC)

Notice Date
4/1/2024 9:26:10 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
693C73-24-SS-0008
 
Response Due
4/30/2024 11:00:00 AM
 
Archive Date
07/30/2024
 
Point of Contact
David Bogner, C. Shawn Long
 
E-Mail Address
EFLHD.CONTRACTS@DOT.GOV, EFLHD.CONTRACTS@DOT.GOV
(EFLHD.CONTRACTS@DOT.GOV, EFLHD.CONTRACTS@DOT.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Federal Highway Administration Eastern Federal Lands Highway Division Sources Sought Announcement No. 693C73-24-SS-0008 South Region Construction MATOC IDIQ SUBMITTAL INFORMATION ISSUE DATE: APRIL 1, 2024 DUE DATE FOR RESPONSES: APRIL 30, 2024 2:00 PM EST� SUBMIT RESPONSES TO: Mr. David Bogner at eflhd.contracts@dot.gov� SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT ONLY 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 ONLY for potential regional IDIQ contracts for highway, street, and bridge construction under NAICS code 237310 in the South region of the United States. The states within this region include, but are not limited to: Kentucky, Tennessee, Alabama, Mississippi, Arkansas, and Louisiana. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD) needs highway, street and/or bridge construction services with incidental design services for the south region of the United States. The type of work will vary but may include gravel or natural surface roadway and trail rehabilitation, asphalt concrete and Portland cement concrete pavement construction, asphalt concrete milling, pavement markings, embankment construction, debris removal, pipe and box culvert repairs or replacement, riprap placement, sign installation, embankment repairs using Mechanically-Stabilized Earth (MSE) walls, bridge repairs such as joint replacements, concrete deck repairs, abutment/pier and wingwall repairs or replacements, and smaller bridge replacements. Eastern Federal Lands Highway Division (EFLHD) anticipates awarding multiple construction Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) no earlier than JULY 2025. The combined maximum quantity to be ordered over the life of all awarded contracts is not to exceed $60,000,000. The combined maximum quantity (shared ceiling) for the MATOC contracts is calculated as the sum of all task order awards and task order modifications. Each MATOC IDIQ contract will be for a 5-year period (one base year plus four options). QUALIFIED PRIME CONTRACTORS shall submit the following information by email to EFLHD.Contracts@dot.gov (Attn: Mr. David Bogner) no later than 2:00PM (EST) on APRIL 30, 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 website (if any). 2. Your firm�s size standard under NAICS code 237310; Highway, Street and Bridge Construction ($45 Million). All firms shall be certified and registered under the NAICS code 237310 in the System for Award Management (SAM) located at https://www.sam.gov/ prior to the submission of bids or proposals. 3. Identify all applicable classifications for your firm such as 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. 4. Offeror's ability to perform at least 15% of the cost of contract performance effort with its own workforce as a prime contractor per FAR clause 52.219-14 Limitations on Subcontracting. 5. Offeror's capability to concurrently perform multiple contracts or task orders to successfully complete scopes of work including but not limited to gravel or natural surface roadway and trail rehabilitation, asphalt concrete and Portland cement concrete pavement construction, asphalt concrete milling, pavement markings, embankment construction, debris removal, pipe and box culvert repairs or replacement, riprap placement, sign installation, embankment repairs using Mechanically-Stabilized Earth (MSE) walls, bridge repairs such as joint replacements, concrete deck repairs, abutment/pier and wingwall repairs or replacements, and smaller bridge replacements within the past 5 years, including a brief description of the project(s), 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. 6. 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, and dollar value of project. If a member of a joint venture, the offeror should include relevant information from both members of the JV. 7. Commercial and Government Entity (CAGE) Code and Unique Entity ID; 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. 8. 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. 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-0008 for South Region Construction MATOC� in the subject line of your email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d10c0840f0a84b98ae8e08449951543b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07016016-F 20240403/240401230048 (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.