Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
SOLICITATION NOTICE

Y -- Blue Ridge Parkway Pavement Preservation - Pre-Solicitation Notice

Notice Date
12/19/2017
 
Notice Type
Presolicitation
 
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-R-000004
 
Point of Contact
Anthony J. Abate, , MELVIN O. SLOAN, Phone: 7034046205
 
E-Mail Address
EFHLD.contracts@dot.gov, EFHLD.contracts@dot.gov
(EFHLD.contracts@dot.gov, EFHLD.contracts@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis - BLRI PVT PRES FY17 Proposals from all business concerns will be accepted for the Blue Ridge Parkway Project NP-BLRI PVT PRES FY17, Solicitation Number 693C73-18-R-000004, located in Buncombe, Haywood, Henderson, Jackson, Mitchell, Swain, Transylvania, and Yancey Counties, North Carolina. The project consists of pavement preservation of approximately 97.8 miles of the Blue Ridge Parkway from Milepost (MP) 424.0 to MP 456.7, MP 458.8 to MP 470.2, and MP 359.1 to MP 412.8, including numerous overlooks and pull-offs along the Parkway. The project will be advertised with the Contractor selected alternative to perform one of the following pavement preservation treatment methods: chip seal with fog seal, micro surfacing, or thin-lift asphalt concrete pavement overlay. In addition to the pavement preservation method chosen, the work also includes asphalt concrete pavement patching, pavement markings, and other miscellaneous work. The project will be split into multiple work schedules/contract options, with the cost of the entire project expected to fall within the price range of $5,000,000 to $10,000,000. Offerors will be required to submit qualifications related to their construction experience in one of the three alternative methods of pavement preservation treatment: chip seal with fog seal, micro surfacing, or thin-lift asphalt concrete pavement overlay. The Solicitation will include further information on these submittal requirements. Request for Proposal documents should be issued on or about January 4, 2018. Proposal due date and location will be specified on the SF 1442, Block 13a of the Solicitation. Use Internet address https://www.fbo.gov/ (at QUICK SEARCH, type "EFLHD" and all available projects will be listed) to check for availability of proposal documents. All proposal 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 (Nov 2017). The Representations and Certifications must be filled-in online at http://sam.gov/. The required Annual Form Vets-4212 must also be filled-in online at http://www.dol.gov/vets/vets4212.htm 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. IMPORTANT PAYMENT REQUIREMENT In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract. Also FAR clause 52.232-33 requires SAM registration for payment. SAM registration is available online at the following Internet web address: www.sam.gov. IMPORTANT SUBCONTRACTING PLAN REQUIREMENTS Required from all "other than Small business" when requirement is expected to exceed $700,000 ($1,500,000 for construction) [FAR 19.702]. Contracting Officer, Contracting Officer's 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)]: 50% - Small Businesses (SB), 5% - Small Disadvantaged Businesses (SDB), 5% - Women-Owned Small Business Entities (WOSB), 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 Eastern Federal Lands and approved by the Office of Small Disadvantaged Business Utilization prior to close of negotiations (or award of the IFB) [TAM 1219.705-5 and -6]. PLEASE NOTE This solicitation is a Request for Proposal (RFP). Therefore, there will not be a public bid opening and proposals are not available for review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/693C73-18-R-000004/listing.html)
 
Place of Performance
Address: Buncombe, Haywood, Henderson, Jackson, Mitchell, Swain, Transylvania, and Yancey Counties, North Carolina., United States
 
Record
SN04771126-W 20171221/171219231343-d87b8e7cdeee65149d76c885e562805c (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.