MODIFICATION
Y -- Sources Sought, MACA 15(3) Mammoth Cave National Park - MACA 15(3) - Market Research
- Notice Date
- 7/24/2018
- Notice Type
- Modification/Amendment
- 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
- 693C73-18-SS-0002
- Point of Contact
- Janice Martin, , MELVIN O. SLOAN,
- E-Mail Address
-
EFLHD.Contracts@dot.gov, EFHLD.contracts@dot.gov
(EFLHD.Contracts@dot.gov, EFHLD.contracts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought - MACA 15(3) - Market Research, Questions for Firms 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 of SMALL BUSINESSES for the pavement rehabilitation of approximately 5 miles of Brownsville Road (Route 0015) within Mammoth Cave Park in Edmonson County, Kentucky, from the park boundary on the west to the intersection of Mammoth Cave Parkway to the east (MP 0.00 to 5.10). The purpose of the project is to rehabilitate Brownsville Road in a manner that improves safety, extends the service life of the roadway, and minimizes future maintenance requirements. The work is anticipated to include, among other things: (a) application of asphalt concrete overlay (b) shoulder widening; (c) removal and installation of timber guardrails; (d) stone masonry work; (e) other miscellaneous work, including concrete ditch repair, curb installation, and sign installation. The cost for this project is estimated to be between $2,000,000 and $5,000,000. PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman-owned small businesses, 8(a) small businesses, or Service-disabled Veteran-owned small businesses shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Ms. Janice Martin) no later than 2:00PM (EST) on August 21, 2018: 1. A positive statement of your intention to submit a bid 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 to determine whether the "Rule of 2" has been met for any socio-economic category for set-aside purposes. DO NOT SEND COPIES OF YOUR CCR/SAM PROFILE. 3. Offeror's ability to perform at least 50% of the cost of contract performance effort with its own workforce. 4. Offeror's capability to perform a contract of this magnitude and complexity, 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. 5. 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. 6. Commercial and Government Entity (CAGE) Code and DUNS Number; if a member of a joint-venture (JV) or mentor-protégé agreement with the SBA, please provide information on both members of the JV. 7. Please provide your current per contract and aggregate bonding capacities. 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. 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/ RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 5 PAGES. Please reference "693C73-18-SS-0002, Sources Sought MACA 15(3)" in the subject line of your email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/693C73-18-SS-0002/listing.html)
- Place of Performance
- Address: Edmonson County, Kentucky, Kentucky, United States
- Record
- SN05005091-W 20180726/180724231219-df245f946e92605e7bed77b154436d08 (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 |