Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 18, 2020 SAM #6929
SOURCES SOUGHT

Y -- Blue Ridge Parkway - Laurel Fork Bridge Replacement

Notice Date
11/16/2020 2:15:54 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
693C73-21-SS-0002
 
Response Due
12/15/2020 11:00:00 AM
 
Archive Date
03/15/2021
 
Point of Contact
C. Shawn Long, Fax: 703-404-6217, Shirley Anderson, Fax: 703-404-6217
 
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. 693C73-21-SS-0002 Blue Ridge Parkway Project NP-BLRI 2D17 SUBMITTAL INFORMATION� ISSUE DATE: �November 16, 2020 DUE DATE FOR RESPONSES: �December 15, 2020 2:00 PM EST� SUBMIT RESPONSES TO: Mr. C. Shawn Long 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 the replacement of Laurel Fork bridge located in Ashe County, North Carolina. The existing Blue Ridge Parkway (BLRI) Laurel Fork bridge is a 5-span, two-girder steel bridge with a cast-in-place concrete deck. It is 546 feet long, 28 feet wide, and was built in 1939. The bridge will be replaced with a precast concrete box girder segmental bridge. The work consists of removing the existing bridge, construction of substructure elements including installation of drilled shafts for foundation support, mass concrete placement for abutments and pier foundations, precasting concrete piers using match-casting and delivering them to the project site, and attaching cast-in-place concrete elements to the precast pier elements using steel formwork. The work also includes precasting, using match-casting, and installing the concrete box girder superstructure elements, Mechanically Stabilized Earth (MSE) walls with precast masonry blocks faced with stone masonry as wingwalls and stone masonry guardwalls.� The work will be split into bid schedules as follows: Schedule A:� The base contract will include removal of the existing bridge, construction of the new bridge�s substructure elements (drilled shafts, abutments and precast pier columns and cast-in-place elements), and precasting the concrete box girder superstructure. The work items will include clearing and grubbing, structure excavation, establishing temporary construction access roads including a temporary bridge and a traffic detour, structural concrete, reinforcing steel, reestablishing vegetation within limits of soil disturbance, and other miscellaneous work. ? �Option 1 (Schedule B):� The work will include installation of disk bearings, erection of the new precast box girder superstructure including ensuring the stresses during construction remain within AASHTO allowables, constructing the new approach slabs and bridge railing and abutment backwalls, MSE walls that will serve as abutment wingwalls, stone masonry faced concrete core guardwalls at the bridge approaches, installing stone masonry on the concrete abutments, installing waterproofing membrane on top of the precast box girder superstructure, paving bridge approaches and top of the concrete deck, removal of the temporary construction access roads and temporary bridge, reestablishing vegetation within limits of soil disturbance including plantings, roadway striping, resurfacing of the state�s access road at the end of the project, and other miscellaneous work. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one construction contract no earlier than December 2021. �The cost of the entire project is estimated to be greater than $10,000,000. QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Mr. C. Shawn Long) no later than 2:00PM (EST) on December 15, 2020: 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. �Your firm�s size standard under NAICS code 237310; Highway, Street and Bridge Construction ($39.5 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/. 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; SDVOB 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. �DO NOT SEND COPIES OF YOUR SAM PROFILE. �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 50% of the cost of contract performance effort with its own workforce. 5. �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. Demonstrate past experience constructing curved precast concrete box girder segmental bridges, installing stone masonry for the National Park Service, and maintaining project schedules. If the offeror does not have past experience in construction of segmental bridges, they will not be considered qualified for this contract. 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 DUNS Number; 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 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 �693C73-21-SS-0002, Sources Sought for Project NP-BLRI 2D17� in the subject line of your email.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5849fe679f0a431b9ba518a6b43b97cf/view)
 
Place of Performance
Address: NC, USA
Country: USA
 
Record
SN05854116-F 20201118/201116230141 (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.