SOLICITATION NOTICE
Y -- NPS – Southeast Region Bridge Preventive Maintenance Work - Synopsis
- Notice Date
- 12/22/2014
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, Virginia, 20166
- ZIP Code
- 20166
- Solicitation Number
- DTFH71-15-R-00004
- Archive Date
- 5/5/2015
- Point of Contact
- Shadie Teymourian, , Shirley A. Anderson,
- E-Mail Address
-
eflhd.contracts@dot.gov, eflhd.contracts@dot.gov
(eflhd.contracts@dot.gov, eflhd.contracts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Proposal documents should be issued on or about January 6, 2015. Project Name: SER BMS FY15_Base NPS - Southeast Region Bridge Preventive Maintenance Work The FHWA/EFLHD will procure two Indefinite Delivery Indefinite Quantity Contracts under full and open competition to perform bridge preventive maintenance for the National Park Service, Solicitation Number DTFH71-15-R-00004, located in the Southeast Region of the Eastern United States. The Southern Region includes: North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi, Tennessee, Arkansas, Louisiana, Kentucky, Virginia, Puerto Rico, and Virgin Islands. The purpose of the contracts will be to provide all services for bridge preventive maintenance including but not limited to minor bridge repairs; repair of concrete spalls and deteriorated concrete on bridge decks, parapets and wingwalls, curb and sidewalks, superstructure and substructure concrete members and abutments; cleaning and sealing of cracks in concrete members; cleaning, resealing, and replacement of bridge expansion joints; cleaning and sealing exposed rebars; repair of approach slabs and approaches; and sealing deck surfaces which could run for one base year and four option years. The project is expected to fall within the price range of $3,000.00 to $5,000,000. Proposal documents should be issued on or about January 6, 2015. Proposal due date and location will be specified on the Statement of Qualifications. Use Internet addresses https://www.fbo.gov/ (at QUICK SEARCH, type "EFLHD" and all available projects will be listed) to check for availability of proposal documents. All proposal documents can be directly downloaded from these websites. Documents will no longer be mailed. Register to receive Email Notification to automatically be notified when a document is added or updated for a specific project. If firms do not register as an interested vendor at the Federal Business Opportunities website, there will be no Plan Holders List. Annual Representations and Certifications FAR 52.204-8 (Dec 2014). The Representations and Certifications must be filled-in online at http://sam.gov/. The required Annual Form Vets-100 must also be filled-in online at http://www.dol.gov/vets/vets-100.html 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. ATTENTION Minority, Women-Owned, and Disadvantaged Business Enterprises (DBEs) The Department of Transportation (DOT) offers working capital financing assistance for transportation related contracts. The DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169 or 202-366-1930. Internet address: http://osdbuweb.dot.gov 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 prior to award of a contract. 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 requirement is expected to exceed $650,000 ($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)]: 43% - Small Businesses (SB), 5% - Small Disadvantaged Businesses (SDB), 5% - Women-Owned Small Business Entities (WOSB), 3% - HUBzones, 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]. For Large Business Concerns: 52.236-1 PERFORMANCE OF WORK BY THE CONTRACTOR (Apr 1984) The Contractor shall perform on the site, and with its own organization, work equivalent to at least 50 percent of the total amount of work to be performed under the contract. This percentage may be reduced by a supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government. For Small Business Concerns: 52.236-1 PERFORMANCE OF WORK BY THE CONTRACTOR (Apr 1984) The Contractor shall perform on the site, and with its own organization, work equivalent to at least 25 percent of the total amount of work to be performed under the contract. This percentage may be reduced by a supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government. For HUBZone Small Business Concerns: 52.219-3- Notice of HUBZone Set-Aside or Sole Source Award (Nov 2011) General construction. (i) At least 15 percent of the cost of contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees; (ii) At least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees or on a combination of the HUBZone prime contractor's employees and employees of HUBZone small business concern subcontractors; and (iii) No more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone small business concerns 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-15-R-00004/listing.html)
- Place of Performance
- Address: Southeast Region of the Eastern United States, United States
- Record
- SN03602641-W 20141224/141222234553-d228d9d9ae7a07efe701e45f27420f05 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |