Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOURCES SOUGHT

Y -- New River Gorge National Park

Notice Date
5/25/2023 7:34:02 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-0007
 
Response Due
6/9/2023 11:00:00 AM
 
Archive Date
09/07/2023
 
Point of Contact
Michael Sun, C. Shawn Long
 
E-Mail Address
EFLHD.contracts@dot.gov, EFLHD.contracts@dot.gov
(EFLHD.contracts@dot.gov, EFLHD.contracts@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Federal Highway Administration Eastern Federal Lands Highway Division Sources Sought Announcement No. 693C73-23-SS-0007 New River Gorge National Park Project WV NP NERI 107(2) SUBMITTAL INFORMATION� ISSUE DATE: �May 25, 2023 DUE DATE FOR RESPONSES: �June 9, 2023 2:00 PM EST� SUBMIT RESPONSES TO: �Mr. Michael Sun 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 ONLY for a construction project involving roadway slide repairs on Route 107, Cunard River Access Road, located in the New River Gorge National Park and Preserve, Fayette County, WV.� The project consists of roadway slide repairs on 0.16 miles of Route 107, Cunard River Access Road. �The work will consist of the construction of Mechanically Stabilized Earth (MSE) walls at two locations, a deep pavement patch, and two additional pavement patches. The work will include roadway excavation and backfill, geogrid, pipe culvert, curb and gutter, paved waterway ditch and guardrail replacements, asphalt pavement reconstruction, and other miscellaneous work.� The work is divided into three bid schedules as follows: Schedule A (Base Contract) includes slide repair of an approximately 500-feet long roadway slide. The work will consist of the construction of Mechanically Stabilized Earth (MSE) wall. The work will include roadway excavation and backfill, geogrid, wire baskets, pipe culverts, curb and gutter, paved waterway ditch and guard rail replacement, asphalt pavement reconstruction, and other miscellaneous work. The wall depth will vary from 21 feet to 27 feet. The roadway will need to be closed to traffic for the majority of the construction. Schedule B (Option 1) includes slide repair of an approximately 275-feet long roadway slide. The work will consist of the construction of Mechanically Stabilized Earth (MSE) wall. The work will include roadway excavation and backfill, geogrid, wire baskets, pipe culverts, curb and gutter, paved waterway ditch and guard rail replacement, asphalt pavement reconstruction, and other miscellaneous work. The wall will be 15 feet deep. The roadway will need to be closed to traffic for the majority of the construction. Schedule C (Option 2) includes slide repairs consisting of a 22-feet long and 7- feet deep pavement patch, and two pavement patches, 24 and 35 feet long. The work will include roadway excavation and backfill, geogrid, wire baskets, paved waterway ditch replacement, asphalt pavement reconstruction, and other miscellaneous work. The roadway will need to be closed to traffic for the deep pavement patch construction. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a construction contract no earlier than January 2024. �The cost of the entire project is estimated to be between $7,000,000.00 to $9,000,000.00. QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Mr. Michael Sun) no later than 2:00PM (EST) on June 9, 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). 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. �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 15% of the cost of contract performance effort with its own workforce. 5. �Offeror's capability to perform a contract of this magnitude and complexity including the construction of Mechanically Stabilized Earth (MSE) walls, roadway excavation and backfill, geogrid, pipe culvert, curb and gutter, paved waterway ditch, guardrail replacements, and asphalt pavement reconstruction 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. 6. �Commercial and Government Entity (CAGE) Code and Unique Entity ID; 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. 7. �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 �Sources Sought Announcement No. 693C73-23-SS-0007 for Project WV NP NERI 107(2)� in the subject line of your email.� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/72668fd65b204b76a3d0d4afa239ebec/view)
 
Place of Performance
Address: WV, USA
Country: USA
 
Record
SN06695528-F 20230527/230525230119 (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  © 1994-2020, Loren Data Corp.