Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2016 FBO #5460
SOURCES SOUGHT

Y -- Linville River Bridge Rehabilitation - Sources Sought

Notice Date
11/2/2016
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, Virginia, 20166
 
ZIP Code
20166
 
Solicitation Number
DTFH71-17-R-00004
 
Point of Contact
Anthony J. Abate, Phone: 7039481433, MELVIN O. SLOAN, Phone: 7034046205
 
E-Mail Address
eflhd.contracts@dot.gov, eflhd.contracts@dot.gov
(eflhd.contracts@dot.gov, eflhd.contracts@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
BLRI 2J17 Sources Sought Request 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 of qualified BUSINESSES for a construction contractor to assist with design and to perform construction work for the Linville River Bridge rehabilitation project in Avery County, North Carolina. Work includes replacing the bridge superstructure embankment and underdrain system without damaging the bridge structure, installing a high performance membrane waterproofing (liquid system) at the lower part of the concrete arches only and apply damp proofing material to the remainder of the structure, replacement, repair, and repointing of historic stone masonry facing, embankment work, reconstruction of the existing asphalt surface course, and other miscellaneous work. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one Construction Manager / General Contractor contract no earlier than February 2017. The project will be split into multiple work schedules/contract options, with the cost of the entire project expected to be between $1,000,000 and $5,000,000. QUALIFIED PRIME CONTRACTORS who are Large Businesses, Small Businesses, HUBZone small businesses, Woman-owned small businesses, 8(a) small businesses, or Service-disabled Veteran-owned small businesses shall submit the following information by e-mail to eflhd.contracts@dot.gov or by telefax to 703-404-6217 (Attn: Anthony J. Abate) for receipt by 2 p.m. (EST) on November 14, 2016: 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. Offeror's business designation and socioeconomic sector (i.e. Small, 8(a), Woman-owned, Service-disabled Veteran Owned, HUBZone, Small Disadvantaged, etc.); 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. 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). This information must be provided in order to determine whether the "Rule of 2" has been met for any particular socio-economic category for set-aside purposes. DO NOT SEND COPIES OF YOUR CCR/SAM PROFILE. 3. Offeror's ability to perform at least 50% of the cost of contract performance effort with its own workforce. 4. 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, the offeror should include relevant information from both members of the JV. 5. Commercial and Government Entity (CAGE) Code and DUNS Number; if a member of a joint-venture (JV) or mentor-protégé agreement with the SBA, please provide information on both members of the JV. 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. 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/ RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 6 PAGES. Please reference DTFH71-17-R-00004 Sources Sought in the subject line of your email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-17-R-00004/listing.html)
 
Place of Performance
Address: Avery County, North Carolina, United States
 
Record
SN04318229-W 20161104/161102234102-81526345a3c253ea227a2d8f0ecb6ea3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.