Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
MODIFICATION

Y -- Delaware Water Gap National Recreation Area Design-Build (D-B)

Notice Date
2/19/2010
 
Notice Type
Modification/Amendment
 
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
DTFH71-10-R-00008
 
Archive Date
9/6/2010
 
Point of Contact
Shirley A Anderson, Phone: 703-948-1407, Peggy Schaad, Phone: 571-434-1596
 
E-Mail Address
eflhd.contracts@dot.gov, eflhd.contracts@fhwa.dot.gov
(eflhd.contracts@dot.gov, eflhd.contracts@fhwa.dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis RECOVERY - Proposals from all business concerns will be accepted for the Delaware Water Gap National Recreation Area Design-Build (D-B) Project PRA-DEWA 14(13), Solicitation Number DTFH71-10-R-00008, located in Dingman Township in Pike County, Pennsylvania. This D-B project includes the design and reconstruction of the Raymondskill Creek Bridge on U.S. Route 209 at milepost 18; it consists of replacing the existing superstructure with a 4-inch Latex Modified Concrete (LMC) overlay, new approach slabs, abutment seats, and suitable wingwall and abutment repairs. Miscellaneous work will include placing engineered riprap at the north and south abutments to counteract scour, removing debris from the channel, removing vegetation growth throughout the structure, replacing the existing guardrail, structural transitions, and terminal sections, and minimal approach work. The proposed project limits are within existing National Park Service (NPS) right-of-way. The substructure will not be replaced and additional investigation is required to determine if the abutments and foundations require strengthening through the use of tiebacks and/or underpinning. The bridge was constructed in 1955 and consists of non-reinforced concrete abutments and wingwalls supporting fourteen 36-inch x 27-inch pre-stressed concrete adjacent box beams overlaid with a 8-inch bituminous paving. The bridge spans about 52 feet and provides a clear deck width of 40.5 feet. The bridge shoulders are lined with concrete curbs and galvanized steel structure-mounted guiderail. No as-builts are available. The roadway approaches are on a horizontally curved alignment and the bridge superstructure is superelevated to accommodate the curvature. The National Environmental Policy Act (NEPA) compliance Categorical Exclusion (CE) has been completed by the FHWA. Only proposals that comply with the requirements outlined in the CE will be accepted; proposals that include the replacement of the entire structure will be rejected. The requirements of this D-B project will include the application and acquisition of all environmental permits required for construction. The design and construction cost for this D-B project is expected to fall within the price range of $1,000,000 to $3,000,000. The project at this time is "Subject to Availability of Funding". This project will be partially funded through the American Recovery and Reinvestment Act (ARRA). In accordance with Public Law 104-106 (41 U.S.C. 253m), the Eastern Federal Lands Highway Division (EFLHD) of the Federal Highway Administration is conducting a "two phased" D-B selection process for the National Park Service. Solicitation documents for Phase One, Request for Qualifications (RFQ), should be issued on or about February 25, 2010. Qualifications due date and location will be specified on the SF 1442 to the EFLHD office in Sterling, Virginia. A selection committee will review and evaluate contractor qualifications and select two or more of the most highly qualified D-B firms/teams based on the established RFQ evaluation criteria to participate in Phase Two of this D-B selection process. During Phase Two, those firms/teams short-listed will be sent a Request for Proposal (RFP), which will outline the remainder of the process requirements. Use Internet address: https://www.fbo.gov/ (at QUICK SEARCH, type "EFLHD" and all available projects will be listed) to check for availability of bid documents. All bid documents can be directly downloaded from this website. Documents will no longer be mailed. Register to receive Email Notification to automatically be notified when a document is added or updated for a specific project. If firms do not register as an interested vendor at the Federal Business Opportunities website, there will be no Plan Holders List. Annual Representations and Certifications FAR 52.204-8 (Feb 2009). The Representations and Certifications must be filled-in online at http://orca.bpn.gov/. The required Annual Form Vets-100 must also be filled-in online at https://vets100.vets.dol.gov/ per FAR 52.222-37. Please send all questions concerning construction projects to eflhd.contracts@dot.gov. Include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. Requests for 'faxing' or overnight mailing will not be accepted. ATTENTION Minority, Women-Owned, and Disadvantaged Business Enterprises (DBEs) The Department of Transportation (DOT) offers working capital financing assistance for transportation related contracts. The DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169. IMPORTANT PAYMENT REQUIREMENT In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Also FAR clause 52.232-33 requires CCR registration for payment. CCR registration is available online at the following Internet web address: www.ccr.gov. IMPORTANT SUBCONTRACTING PLAN REQUIREMENTS Required from all "other than Small business" when requirement is expected to exceed $550,000 ($1,000,000 for construction) [FAR 19.702]. Contracting Officer, Contracting Officer Technical Representative, and Small Business Specialist are responsible for approving a reasonable and realistic plan [FAR 19.705-4] [TAM 1219.201(e)(6)]. Legislated subcontracting goals [15 USC 644(g)(1)]: 23% - Small Businesses (SB), 5% - Small Disadvantaged Businesses (SDB), 5% - Small Women-Owned Business Entities (SWBE), 3% - HUBzones, 3% - Service-Disabled Veteran-Owned Small Businesses (SDVOSB). A copy of each subcontracting plan (or contractor statement that no subcontracts are to be awarded) must be provided to Office of Small Disadvantaged Business Utilization prior to close of negotiations (or notice to proceed with IFB) [TAM 1219.705-5 and -6].
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-10-R-00008/listing.html)
 
Place of Performance
Address: Township, PA, United States
 
Record
SN02070184-W 20100221/100219235737-4be2393056bc10bad73fd651a943de09 (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  © 1994-2020, Loren Data Corp.