SOURCES SOUGHT
Y -- Sources Sought - Foothills Parkway Project
- Notice Date
- 11/30/2020 9:30:47 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
- 693C73-21-SS-0006
- Response Due
- 12/30/2020 11:00:00 AM
- Archive Date
- 01/14/2021
- Point of Contact
- MELVIN O. SLOAN, C. Shawn Long, Fax: 7034046217
- E-Mail Address
-
EFHLD.CONTRACTS@dot.gov, eflhd.contracts@dot.com
(EFHLD.CONTRACTS@dot.gov, eflhd.contracts@dot.com)
- Description
- Federal Highway Administration Eastern Federal Lands Highway Division Sources Sought (SS) Market Research For Project: NP-FOOT 8G16, 8H10 �Foothills Parkway� 693C73-21-SS-0006 1. SUBMITTAL INFORMATION ISSUE DATE: November 30, 2020 DUE DATE FOR RESPONSES: December 30, 2020 2:00 PM Eastern Standard Time (EST) SUBMIT QUESTIONS and RESPONSES TO: Shawn Long 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 of SMALL BUSINESSES for the rehabilitation of the Foothills Parkway (FOOT) located in Blount County, Tennessee. The proposed construction project will rehabilitate the Foothills Parkway between Milepost (MP) 55.09 and MP 72. The rehabilitation of the FOOT includes: 1) Full depth pavement reconstruction of parkway mainline and pull-offs; 2) Replacing or repairing drainage structures; 3) Replacing damaged sections of steel back timber guardrails; 4) Repointing stone masonry; 5) Removing and resetting stone curb; 6) Stabilizing roadside ditches and reconstructing paved waterways; 7) Replacing signs and pavement markings; 8) Reseeding shoulders; 9) Bridge Maintenance Repairs; 10) Installing pavement markings; and 11) Other miscellaneous work. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one construction contract no earlier than July 2021.� The cost for this project is estimated to be between $15,000,000 and $30,000,000. PRIME CONTRACTORS who are 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 (Attn: Mr. Shawn Long) no later than 2:00PM (EST) on December 30, 2020: 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 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 CCR/SAM PROFILE. 3. Offeror's ability to perform at least 15% 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 (JV), the offeror should include relevant information from both members of the JV. 5. Offeror's 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, 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. Commercial and Government Entity (CAGE) Code and DUNS 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. 7. Please provide your current per contract and aggregate bonding capacities. 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.beta.sam.gov/. RESPONSES TO THIS SOURCE SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 5 PAGES. Please reference �693C73-21-SS-0006, Sources Sought Project NP-FOOT 8G16, 8H10"" in the subject line of your email. Contracting Office Address: Quantum Park 22001 Loudoun County Parkway Building E-2, Suite 200 Ashburn, Virginia 20147 Place of Performance: Blount County, Tennessee; Primary Point of Contact.: Shawn Long, Acquisitions Team Leader/Contracting Officer EFLHD.Contracts@dot.gov Secondary Point of Contact: MELVIN O. SLOAN, Contracting Officer EFHLD.contracts@dot.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0c6555b150cf4d42b07698811109fdd0/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05862889-F 20201202/201130230148 (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 |