Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2024 SAM #8305
SOURCES SOUGHT

Y -- US Virgin Island Veterans Drive - VI DPC A34(1)

Notice Date
8/21/2024 1:00:08 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
693C73-24-SS-0013
 
Response Due
9/24/2024 11:00:00 AM
 
Archive Date
12/31/2024
 
Point of Contact
Shirley A Anderson, Rubrena Johnson
 
E-Mail Address
EFLHD.contracts@got.gov, eflhd.contracts@dot.gov
(EFLHD.contracts@got.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. 693C73-24-SS-0013 US Virgin Island Veterans Drive Project VI DPC A34(1) SUBMITTAL INFORMATION� ISSUE DATE: August 21, 2024 DUE DATE FOR RESPONSES: September 24, 2024, by 2:00 PM EST� SUBMIT RESPONSES TO: Ms. Rubrena Johnson at eflhd.contracts@dot.gov � SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT ONLY 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 Phase 2 of a design-bid-build construction project for the widening and reconstruction of Veterans Drive located in St. Thomas, US Virgin Islands. The primary objectives of the proposed contract are to widen and reconstruct the Veterans Drive to provide a continuous four-lane roadway consisting of two lanes in each direction, enhance pedestrian and vehicular safety, and improve drainage of the roadway prism. 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 2052 ft. (0.39 mi). Beginning east of Tolbod Gade, the proposed roadway alignment turns to go south of the Coast Guard Station and the Legislature Building. The proposed alignment rejoins recently constructed four lane section of Veterans Drive just west of Hospital Gade. The project also proposes to enhance pedestrian and vehicular safety, drainage, landscaped median, new promenade with rest areas on the water side, new sidewalks on the northside, and utility relocation. The work is divided into bid schedules as follows:� Schedule A (Base Contract): The base contract is for the reconstruction and widening of Veterans Drive from west of Tolbod Gade eastward to west of Hospital Gade.� Schedule B (Option 1): Construction of the connecting section from existing Veterans � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Drive alignment from Raadets Gade to west of Tolbod Gade (western limit of Base Schedule A). The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a design-bid-build construction contract no earlier than April 2025. �The cost of the entire project is estimated to be between $80,000,000.00 to $90,000,000.00. QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Ms. Rubrena Johnson) no later than 2:00PM (EST) on September 24, 2024: 1.�� �Do you intend to submit a bid/proposal as a Prime Contractor for the solicitation when it is issued? 2.�� �Provide your full business name, address, point of contact, phone number, e-mail address, and website (if any). �If a member of a joint venture (JV), include relevant information from both members of the JV. 3.�� �Provide your Unique Entity ID and Commercial and Government Entity (CAGE) Code; if a member of a mentor-prot�g� agreement with the SBA, please provide information on both members. 4.�� �Identify your firm�s size standard under NAICS code 237310; Highway, Street and Bridge Construction ($45 Million). All firms shall 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. � 5.�� �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; service-disabled veteran-owned small business; etc. �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), include relevant information from both members of the JV. 6.�� �Please provide a letter from your bonding agent stating your firm�s capability to bond for a single project of $90,000,000.00 and your firm�s aggregate bonding capacity. 7.�� �Are you willing to enter into and submit a Project Labor Agreement prior to any potential contract award if your firm is determined to be the apparent successful offeror? �Please explain. � The project labor agreement must meet the requirements of Executive Order 14063 and the policies and procedures of FAR Subpart 22.5 � Use of Project Labor Agreements for Federal Construction Projects: When awarding large scale construction projects (>$35 million), federal agencies shall require the use of project labor agreements for contractors and subcontractors engaged in construction on the project unless an exception at FAR Part 22.504(d) applies as determined by the agency�s Senior Procurement Executive. � 8.�� �In the past 5 years, does your firm have experience in specialty work involving costal environment and complex construction of new reinforced concrete seawalls in various heights up to 25 feet in elevation and the demolition and removal of an existing seawall? 9.�� �Please provide any information about availability of relevant unions, unionized and non-unionized contractors in the project area. � 10.�� �Is there any other information you would like the government to consider regarding a Project Labor Agreement for this solicitation? 11.�� �In the past 5 years, does your firm have experience in reconstructing linear roadway and/or trail projects? Provide at least one example consisting of a minimum of 5 miles of linear reconstructing work. 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), include relevant information from both members of the JV. 12.�� �Describe your 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, include relevant information from both members of the JV. RESPONSES TO THIS SOURCE SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 5 PAGES, single-spaced, and with font size 12 or larger using Times New Roman or Arial. �Page margins must be no smaller than 1�, and page size shall be no greater than 8.5� x 11.� �Submission shall be provided in electronic format (Microsoft Word or Adobe PDF). Do NOT submit marketing material, slide presentations, or technical papers. Do NOT submit resumes.� Please reference �Sources Sought Announcement No. 693C73-24-SS-0013 for US Virgin Island Veterans Drive Project VI DPC A34(1)� in the subject line of your email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/31c2ade83d4c4298a554959128809112/view)
 
Place of Performance
Address: St Thomas, VI, USA
Country: USA
 
Record
SN07180801-F 20240823/240821230132 (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.