SOURCES SOUGHT
Y -- Sources Sought - NP-WHHO 400(1),413(1), White House President's Park - Sources Sought_NP-WHHO 400(1), 413(1)
- Notice Date
- 8/1/2018
- 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
- 693C73-18-SS-0004
- Point of Contact
- Janice Martin, , MELVIN O. SLOAN,
- E-Mail Address
-
EFLHD.Contracts@dot.gov, EFHLD.contracts@dot.gov
(EFLHD.Contracts@dot.gov, EFHLD.contracts@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought (SS) Market Research For Project: NP-WHHO 400 (1), 413(1) Federal Highway Administration Eastern Federal Lands Highway Division Sources Sought (SS) Market Research For Project: NP-WHHO 400 (1), 413(1) “Pavement resurfacing and full depth patch repairs on Ellipse Road, South Grounds Road, and associated connection roads within White House President’s Park” 693C73-18-SS-0004 1. SUBMITTAL INFORMATION ISSUE DATE: August 1, 2018 DUE DATE FOR RESPONSES: August 31, 2018 2:00 PM Eastern Standard Time (EST) SUBMIT QUESTIONS and RESPONSES TO: Janice Martin at eflhd.contracts@dot.gov SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT 2. Potential Sources Sought. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD) is conducting market survey to identify potential sources for an anticipated contract award. The purpose of this notice is to obtain information, for planning purposes, to determine the availability of SMALL BUSINESSES to perform the project work. This notice does not solicit proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Pursuant to 48 C.F.R. Part 10, the Government is conducting market research to: • Determine what sources exist that are capable of satisfying the Government’s requirements listed below, • Determine the capabilities of potential contractors, • Determine the size and status of potential sources, and • Determine the level of competition (i.e. 8(a), set-aside, or full and open). 3. INTRODUCTION – Statement of Need Project NP-WHHO 400(1),413(1) consists of pavement resurfacing and full depth patch repairs on Ellipse Road, South Grounds Road, and associated connection roads within President’s Park at the White House complex, Washington D.C. The project also involves drainage improvements on South Grounds Road, construction of three new parking areas at the maintenance area along South Grounds Road, and other miscellaneous work. This is primarily a paving project. The asphalt paving and milling will account for approximately 70% of the project work, which requires specialty contractor and equipment to produce the special mix asphalt. Pavement smoothness/roughness, concrete paving, and pavement marking in addition to other work will also likely require specialty contractor(s) and equipment. The cost for this project is estimated to be between $1,000,000 and $2,000,000. 4. DESCRIPTION OF WORK • Successful application of asphalt paving and milling, which comprises approximately 70% of the project and will require specialty contractor and equipment and special asphalt mix. • Provide a qualified, independent testing company for density testing. • Protect adjacent materials (i.e. granite, stone, pavers) from any damage including asphalt stain. This includes any stains from the actual construction activities and from vehicle tires as they enter and exit the work zone. (Protection has been accomplished in the past by maintaining a layer of white sand on the protected area). • Perform concrete paving, and pavement marking. • Contractor must have means of documenting the existing pavement markings prior to milling and must be able to reproduce pavement marking scheme after overlaying. • Disconnect and remove vehicle plate barriers, which weigh from 10,000 lbs. to 15,000 lbs. each. • Reinstall and re-connect plate barriers and electrical wiring after completion of the asphalt overlay. • Reconnect wiring for the vehicle plate barriers which will require the services of a certified electrician. • Contractor must be able to acquire asphalt on weekends, if required. Key Restrictions • All contractors working on his project (prime and/or sub) must possess the ability to pass a USSS background check before being allowed access to the South Grounds. • Perform all work on Ellipse Road in seven days, if it is allowed to be closed for seven consecutive days. • Otherwise, ability to perform all project work within the month of August 2019, if Ellipse Road is not allowed to be closed for seven consecutive days. • Perform milling and overlay work on South Ground Road in three days, if it is allowed to be closed for three consecutive days. • Perform all project work within the seven days on South Ground Road during the month of August 2019. Schedule • The estimated NTP for this project is 08/01/19. Note that this date is an estimate only and is subject to change. • Work must be complete by 08/30/19. 5. REQUESTED CONTENT OF RESPONSES TO THIS SOURCES SOUGHT Interested parties who consider themselves qualified to perform all the listed services herein are invited to submit a response to this sources sought/market research notice. Responses shall clearly identify: 1. Name, Address, Point of Contact; 2. Size standard under NAICS code 237310; Highway, Street and Bridge Construction (size standard is $36.5 Million); 3. Identify all applicable classifications for your organization such as: a. Small Business b. Woman-owned business c. 8(a) business d. Small disadvantaged business e. HUBZone business f. SDVOB business Sources are requested to submit a Capability Statement that addresses their ability to deliver the required services. The capability statement should clearly identify the following items regarding the interested organization(s): 1. Is your firm capable of performing specialty asphalt material application? 2. Is your firm capable of performing asphalt concrete overlay? 3. Is your firm capable of performing shoulder patching and/or full depth widening to alleviate safety concerns with tires tracking off the pavement? 4. Is your firm able to acquire asphalt on weekends, if required? 5. Description of relevant projects completed which are similar in project work scope to this project. 6. What is your firm’s SBA status (Small Business, Large Business, 8(a), HUBZone, etc.) and are you registered with the Small Business Administration? 7. Does your firm possess the capability to self-perform at least 50% of the work described herein, given the possible construction window of seven consecutive days in August 2019, if the affected roadways are allowed to be closed for the seven consecutive days? 8. Does your firm possess the capability to self-perform at least 50% of the work described herein, given the possible construction window of the month of August 2019? 9. What are your primary North American Industry Classification System (NAICS) codes? 10. Do you intend to bid on this project as a prime contractor? 11. Do you intend to bid on this project? PAGE LIMIT: The capability statement shall be no more than 3 pages in length, single-spaced, with font size 12 or larger using Times New Roman or Arial. The minimum font size for charts shall be 10 point. Margins (Top, Bottom, Right and Left) shall be no smaller than 1” (headers and footers are allowed in the margins). 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 materials, slide presentations or technical papers. Do NOT submit resumes. NOTES: This is a sources sought announcement to conduct market research. EFLHD contemplates award of a contract to accomplish the work described herein. The results of this sources sought market research will assist to identify potential offerors having an interest in, and the resources to accomplish the work and contribute to determining the method of procurement. Please reference "693C73-18-SS-0004, Sources Sought NP-WHHO 400(1), 413(1)" in the subject line of your email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/693C73-18-SS-0004/listing.html)
- Place of Performance
- Address: President's Park, Washington, District of Columbia, United States
- Record
- SN05015292-W 20180803/180801230843-3f298fba9e2ad22697d0fdd1677b4edd (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 |