Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2017 FBO #5560
SOLICITATION NOTICE

Y -- Arlington Memorial Bridge - Synopsis

Notice Date
2/10/2017
 
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
DTFH71-17-R-00006
 
Point of Contact
Anthony J. Abate, Phone: 7039481433, MELVIN O. SLOAN, Phone: 7034046205
 
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
Pre-Solicitation Notice GWMP 11(4), 11(7) Proposals from all business concerns will be accepted for the Design-Build (D-B) solicitation of the Rehabilitation of Arlington Memorial Bridge and Bascule Span Shoring, Project No. GWMP 11(4),11(7), located at District of Columbia (Washington, DC), as Solicitation Number: DTFH71-17-R-00006. The Arlington Memorial Bridge is a historic structure listed in the National Register of Historic Places for its significant architectural and engineering design as well as its symbolism and place within the monumental setting of Washington, DC. The bridge, opened to traffic in 1932, was constructed as a memorial to American patriotism and those who have died in military service to the country, as well as a symbolic representation of the reconciliation between the Union and Confederacy following the Civil War by connecting the Lincoln Memorial with Arlington House, the Robert E. Lee Memorial. The bridge was designed by the famed architectural firm, McKim, Mead & White, and the innovative bascule span was developed by the Strauss Engineering Corporation to fit a working draw span into the monumental design. The bascule span was last opened more than 50 years ago. The mechanical equipment and original electrical system is not operational. Modern electrical lines have been installed and are operational. It is not anticipated to reopen the bascule span in the future. The Arlington Memorial Bridge (Structure No. 3300-016P) is 2,162 feet long and 94 feet wide. The bridge consists of ten reinforced concrete arch approach spans and a double leaf bascule span at the bridge's center. Eight of the 10 approach spans convey the Potomac River under the bridge. Two smaller concrete arches span the George Washington Memorial Parkway (GWMP) and Ohio Drive SW, at each end of the bridge. The bridge has sidewalks on each side measuring 13'-9" each, and the roadway measures 60 feet from curb to curb, providing six 10-foot-wide vehicle travel lanes. The double-leaf bascule span consists of riveted steel trusses, supported on riveted steel trunnion posts with the counterweights below the deck. The bascule trusses support a floorbeam/stringer floor system and concrete filled grid deck. The main trunnions are spaced 216' on center (refer to the record contract plans for more details). There are four cast-in-place deck arch spans, on each side, leading up to the bascule span. These spans range in length from 166'-0" to 180'-0" from springline to springline. At the east end, the structure crosses Ohio Drive and at the west end crosses the northbound lanes of GWMP. Each of these spans is constructed as a deck arch with a 50'-0" span length from springline to springline followed by the concrete approach frames. The exterior of the longitudinal walls, abutments, and piers are clad with granite ashlar. This project at this time is "Subject to the Availability of Funding". The design and construction cost for this base project plus options is estimated to be more than $100,000,000. In accordance with Public Law 104-106 (41 U.S.C. 253m), the Eastern Federal Lands Highway Division (EFLHD) of the Federal Highway Administration is conducting a "two phased" Design-Build (D-B) selection process for the National Park Service. Solicitation documents for Phase One, Request for Qualifications (RFQ), should be issued on or about February 24, 2017. A proposal of statement of qualifications will be due on or about March 24, 2017 at the EFLHD office in Sterling, Virginia. A selection committee will review and evaluate contractor qualifications and select the most highly qualified D-B firms/teams based on the established RFQ evaluation criteria to participate in Phase Two of this D-B selection process. During Phase Two, those firms/teams short-listed will be sent a Request for Proposal (RFP), which will outline the remainder of the process requirements. Use Internet address https://www.fbo.gov/ (at QUICK SEARCH, type "EFLHD" and all available projects will be listed) to check for availability of bid documents. All bid documents can be directly downloaded from this website. 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 (Jan 2017). The Representations and Certifications must be filled-in online at http://sam.gov/. The required Annual Form Vets-4212 must also be filled-in online at http://www.dol.gov/vets/vets4212.htm 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 $700,000 ($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)]: 50% - 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]. PLEASE NOTE For security reasons, individuals requiring access to the EFLHD must present a valid photo ID and be escorted to their destination by a Government employee. Due to new security provisions, all visitors attending bid openings are urged to arrive at least 1 hour prior to the scheduled bid opening. All visitors must register with the receptionist in Room 100. A Government employee will collect the bids. Prior to bid opening, a Government employee will escort all bidders to the bid opening. Unescorted visitors will be denied entry and no exceptions will be made. 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/DTFH71-17-R-00006/listing.html)
 
Place of Performance
Address: District of Columbia (Washington, DC), United States
 
Record
SN04398579-W 20170212/170210234029-ee783ebf68ef19896806c2e8edbc1c44 (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 |
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.