Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOLICITATION NOTICE

Y -- NP-OZAR 10(2), Ozark National Scenic Riverways - Presolicitation Notice

Notice Date
2/8/2018
 
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-B-000013
 
Point of Contact
Janice Martin, , MELVIN O. SLOAN,
 
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
Presolicitation Notice Sealed bids from all business concerns will be accepted for the Ozark National Scenic Riverways Project NP-OZAR 10(2), Solicitation Number 693C73-18-B-000013, located in Carter and Shannon Counties, Missouri. The project consists of the replacement of the Big Spring Bridge on State Route 103 over Spring Branch and the rehabilitation and repair of the Alley Spring Bridge on Service Road over Alley Spring Branch within the Ozark National Scenic Riverways. The Big Spring Bridge work includes replacing the existing timber bridge with an AASHTO prestressed concrete girder superstructure with micropiles and cast-in-place piers, precast abutments, wingwalls, and approach slabs, timber rails, stone masonry facia, and other miscellaneous work. The Alley Spring Bridge work includes repairing and replacing timber bridge members (rails, posts, curbs, decking, and running boards), cleaning and painting steel bridge members, and other miscellaneous work. The work also includes full-depth reconstruction of the asphalt pavement bridge approaches and a final chip seal overlay, replacement of utility systems (electrical, sanitary sewer, telephone, and water), drainage improvements, 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 $2,000,000 to $5,000,000. Bid documents should be issued on or about February 22, 2018. Bid 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 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 (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 For security reasons, individuals requiring access to the EFLHD must present a valid photo ID and be escorted to their destination by a Government employee. Due to new security provisions, all visitors attending bid openings are urged to arrive at least 1 hour prior to the scheduled bid opening. All visitors must register with the receptionist in Room 100. A Government employee will collect the bids. Prior to bid opening, a Government employee will escort all bidders to the bid opening. Unescorted visitors will be denied entry and no exceptions will be made.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/693C73-18-B-000013/listing.html)
 
Place of Performance
Address: Carter and Shannon Counties, Missouri, United States
 
Record
SN04817598-W 20180210/180208231901-6aa4add569ba7ad5c23025d6062c5703 (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.