SOURCES SOUGHT
Y -- VA ST NASA 1(9)
- Notice Date
- 2/1/2023 5:11:36 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
- 6925
- Response Due
- 3/2/2023 11:00:00 AM
- Archive Date
- 09/29/2023
- Point of Contact
- Shirley A. Anderson, Phone: 7039481407, Fax: 7034046217, MELVIN O. SLOAN
- E-Mail Address
-
eflhd.contracts@dot.gov, EFHLD.contracts@dot.gov
(eflhd.contracts@dot.gov, EFHLD.contracts@dot.gov)
- Description
- Federal Highway Administration Eastern Federal Lands Highway Division Sources Sought Announcement No.: 693C73-23-SS-0004 NASA Wallops Island Causeway Bridge over Cat Creek �VA ST NASA 1(9) SUBMITTAL INFORMATION� ISSUE DATE: �February 1, 2023 DUE DATE FOR RESPONSES: �March 2, 2023, 2:00 PM EST� SUBMIT RESPONSES TO: �Shirley A. Anderson 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 Small Businesses for the proposed design/build project for the replacement of the existing causeway bridge, which is showing signs of significant deterioration. The new bridge is 0.4-miles long including approaches. The project will also include constructing new approaches and demolishing the existing bridge this project is to construct the new bridge without impacting NASA and other partner missions. Access to the island must be maintained during construction to minimize traffic interruptions, especially during launches and during delivery of rockets and other mission critical equipment. The project design and construction will also include the preparation of any required design documents for design waivers and/or exceptions, and obtain required permits for construction of the project. The work will be split into bid schedules as follows:� o�� �Base Schedule � Construction of the new bridge and approaches� o�� �Option 1 � Demolition of the existing bridge and removal of existing roadway approaches� The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one construction contract no earlier than April 2024. The cost of the entire project is estimated to be between $80,000,000 to $90,000,000. QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Ms. Shirley Anderson) no later than 2:00PM (EST) on March 2, 2023: 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). �If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. 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/ at the time an offer is submitted in response to any solicitation. �If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. 3.�� �Identify all applicable classifications for your firm such as: �large business, 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. If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. 4.�� �Offeror's ability to perform at least 50% of the cost of contract performance effort with its own workforce. 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, obtaining environmental permits related to the project, 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.�� �Offeror�s experience within 5 years in constructing complex multi-span prestressed/precast girder bridges over a body of water. �Provide a minimum of one example bridge project consisting of a minimum of 10 spans prestressed/precast girder bridge over water with a minimum spans length of 145ft. Include a detailed 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. 7.�� �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, obtaining environmental permits related to the project, and dollar value of project. If a member of a joint venture, the offeror should include relevant information from both members of the JV. 8.�� �Unique Entity ID and Commercial and Government Entity (CAGE) Code; 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. 9.�� �Please provide your current per contract and aggregate bonding capacities. RESPONSES TO THIS SOURCE SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 10 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 �Sources Sought Announcement No. 693C73-23-SS-0004 for Project VA ST NASA 1(9)� in the subject line of your email.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/83c5788f22aa4a26a4861b94005966bf/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06579881-F 20230203/230201230117 (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 |