SOURCES SOUGHT
Y -- Veterans Drive, Phase 2 - VI DPC A34(1) Contract 2
- Notice Date
- 2/24/2023 11:11:13 AM
- 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
- 693C73-23-SS-0005
- Response Due
- 3/27/2023 11:00:00 AM
- Archive Date
- 09/29/2023
- Point of Contact
- Shirley Anderson, C. Shawn Long
- 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.: 693C73-23-SS-0005 Veterans Drive, Phase 2 VI DPC A34(1) Contract 2 SUBMITTAL INFORMATION ISSUE DATE:� February 24, 2023 DUE DATE FOR RESPONSES:� March 27, 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 VI DPC A34(1) Contract 2 � Veterans Drive, Phase 2 project. The scope of the project consists of reconstruction and addition of new lanes for a continuous four-lane roadway consisting of two lanes in each direction for an approximate distance of 4,275 ft. (0.81 mi), safety improvements, reconstruction of pedestrian, and drainage facilities to support the widening. Limits of the project is from west of Kronprindsens Tvaer Gade to west of Hospital Gade. The proposed alignment rejoins newly constructed four lane section of Veterans Drive just west of Hospital Gade. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a construction contract in Calendar Year 2024.� The cost of the project is estimated to be between $100M to $120M.� QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.CONTRACTS@dot.gov (Attn: Shirley Anderson) no later than 2:00 PM (ET) on March 27, 2023:� A positive statement of your intention to submit a proposal 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. 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; 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.� SDVOB small business; 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). 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. � � � �3. 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. � � � �4. Offeror's ability to perform at least 15% of the cost of contract performance effort with its own workforce. � � � �5. Offeror's capability to perform the described construction activities on contracts ranging in size from $75,000,000 to $100,000,000, 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, the offeror should include relevant information from both members of the JV.� � � � 6.Offeror�s current per contract and aggregate bonding capacity. � � � 7. Unique Entity Identifier 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. Notes:� 1. Please reference:� 693C73-23-SS-0005 Sources Sought in the subject line of your email. 2. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/899ca44d40eb4f699ac19a7dfb856a6a/view)
- Record
- SN06601586-F 20230226/230224230105 (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 |