Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2022 SAM #7371
SOURCES SOUGHT

Y -- Longhouse Scenic Drive and Jakes Rocks Road Rehabilitation Project

Notice Date
2/3/2022 7:31:37 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT PITTSBURG PITTSBURGH PA 15222-4198 USA
 
ZIP Code
15222-4198
 
Solicitation Number
W911WN22SS-ANFLH
 
Response Due
3/4/2022 8:00:00 AM
 
Point of Contact
Connie L. Ferguson, Phone: 4123957551, Joshua Kaufmann, Phone: 4123957508
 
E-Mail Address
connie.l.ferguson@usace.army.mil, joshua.p.kaufmann@usace.army.mil
(connie.l.ferguson@usace.army.mil, joshua.p.kaufmann@usace.army.mil)
 
Description
SOURCES SOUGHT -��Longhouse Scenic Drive and Jakes Rocks Road Rehabilitation Project�Allegheny National Forest, McKean and Warren Counties, Pennsylvania The U.S. Army Corps of Engineers, Pittsburgh District, on behalf of the USDA Forest Service, Allegheny National Forest, Bradford Ranger District, have a rehabilitation project pertaining to Longhouse Scenic Drive (FR 262) and Jakes Rocks Road (FR 492 and FR 492A) within the Allegheny National Forest, in which these asphalt pavement roads have a cumulative total length of approximately 14.3 miles. The Longhouse Scenic Drive and Jakes Rocks Road Rehabilitation Project (Project) generally involves the following: Removing the two largest existing culverts, in which one is also the deepest existing culvert, and installing two Aquatic Organism Passage (AOP) structures with associated stream restoration; Removing and installing other culverts, some of which are generally considered deep and/or generally considered large; Repairing a landslide with a riprap buttress system; Rehabilitating existing asphalt pavement roads and parking areas to varying degrees; Installing proposed vehicular pull-off areas and appurtenant features; Removing and installing road signs and posts; Installing pavement markings; Repairing, re-setting, and/or replacing guide rail elements; Removing and installing delineators; Performing roadside brushing, tree trimming, and removal; Rehabilitating roadside ditches; Installing erosion protection at culvert outlets; Rehabilitating appurtenant features of parking areas; Preparing areas to serve as temporary stockpiles and/or permanent waste disposal sites; Executing various measures to facilitate work, including traffic control, diversion of water, erosion and sedimentation control, and others. The two AOP structures will need to be designed by a licensed Professional Engineer, based on performance criteria provided within the contract documents. The contractor will be required to submit a final design in accordance with their selected manufacturer�s specifications, in which associated drawings and calculations will need to be signed and sealed by a licensed Professional Engineer. Various environmental and traffic work restrictions exist which will need to be adhered to during construction. Some construction activities may be near live traffic. The contractor will be required to adhere to USACE Construction Quality Management concepts and procedures. The contractor will be required to furnish all materials proposed for installation, and will be responsible for properly stockpiling, disposing, or recycling, as appropriate, respective items removed. The anticipated solicitation date for the Project is the fourth quarter of calendar year 2022 or first quarter of calendar year 2023. Interested Sources must provide the following information: Company name, address, and point of contact, with his/her phone number and email address CAGE Code and DUNS Number Business size to include any official teaming arrangements as a partnership or joint venture Details of recent, similar projects and state whether you were the Prime or Subcontractor Start and end dates of construction work Project references (including owner with phone number and email address) Project cost, term and complexity of job Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIES Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Connie.L.Ferguson@usace.army.mil. This Notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered and active in the System for Award Management (SAM.gov) prior to award of a contract or receipt of Bid/Proposal/Quote. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the SAM. The process for an active registration can take 12-15 days. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) prior to processing their registration. If you do not already have a Unique Entity Identifier (UEI), request a UEI for free by visiting Dun & Bradstreet (D&B) at https://fedgov.dnb.com/webform/ which takes 1-2 business days for processing. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement applies to both new and existing entities. The notarized letter is mandatory and is required to be submitted to the GSA Federal Service Desk (FSD). Information can be found at https://www.fsd.gov/gsafsd_sp?id=kb_article_view&sysparm_article=KB0016652&sys_kb_id=32924a0a1b4bf050070f202ce54bcb38&spa=1) Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (formally known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) located on the SAM.gov homepage located in the Most Popular Help Items after selecting Help.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d2acb318a7dd4340802c03f433fddb07/view)
 
Place of Performance
Address: Warren, PA, USA
Country: USA
 
Record
SN06233003-F 20220205/220203230103 (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.