Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOURCES SOUGHT

Y -- Chequamegon-Nicolet National Forest - Sources Sought

Notice Date
8/24/2018
 
Notice Type
Sources Sought
 
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-SS-0011
 
Archive Date
11/24/2018
 
Point of Contact
C. Shawn Long, Fax: 7034046217, Shirley A. Anderson, Fax: 703-404-6217
 
E-Mail Address
eflhd.contracts@dot.gov, eflhd.contracts@dot.gov
(eflhd.contracts@dot.gov, eflhd.contracts@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Responses are due by September 24, 2018, at 2:00 p.m. EST. Federal Highway Administration Eastern Federal Lands Highway Division Sources Sought Announcement No. 693C73-18-SS-0011 Project: WI ERFO FS 2016-1(3) Chequamegon-Nicolet National Forest 1.SUBMITTAL INFORMATION ISSUE DATE: August 24, 2018 DUE DATE FOR RESPONSES: September 24, 2018 at 2:00 PM EST SUBMIT QUESTIONS and RESPONSES TO Mr. C. Shawn Long at eflhd.contracts@dot.gov SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT 2.Potential Sources Sought. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD) is conducting market survey to identify potential sources for an anticipated contract award. The purpose of this notice is to obtain information, for planning purposes, to determine the availability and capability of qualified sources to perform the project work. This notice does not solicit proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Pursuant to 48 C.F.R. Part 10, the Government is conducting market research to: •Determine what sources exist that are capable of satisfying the Government's requirements listed below, •Determine the capabilities of potential contractors, •Determine the size and status of potential sources, and •Determine the level of competition (i.e. 8(a), set-aside, or full and open). 3.INTRODUCTION - Statement of Need In June 2016, the Chequamegon-Nicolet National Forest endured a 1,000-year rain event. Numerous roads and bridges throughout the Forest were damaged, rendering several roads closed. The intent of this project is to repair several roadway sections within the Forest, with an emphasis on bridge replacement and bridge repair. The cost of the entire project is expected to fall within the price range of $1,000,000.00 to $2,000,000.00. 4.DESCRIPTION OF WORK •Site B1 - Remove existing road bridge and replace with 24' wide by 60' long timber bridge. Reconstruct and pave 100' of roadway at each approach. •Site B3 - Remove existing road bridge and replace with 24' wide by 70' long timber bridge. Reconstruct and pave 100' of roadway at each approach. •Site B5 - Encapsulate existing abutment piles with concrete, approximately 75 CY. •Site B6 - Place rip rap adjacent to existing bridge abutments and wingwalls. •Site S12 - Construction 80' long by 24' wide new road bridge. Reconstruct 50' of roadway approaches on each side. •Install 15'-20' span bottomless prefabricated concrete arch culvert. •Trail bridges (multiple sites) - Replace approximately 4 damaged trail bridges with proposed lengths ranging from 20' to 50' and proposed widths of approximately 6'. Work on the trail bridges is in a remote location (generally several thousand feet from the nearest roadway) only accessible with small equipment such as skid steers, mini excavators, and mechanical wheelbarrows due to the narrow width of the trail. Reconstruct trail bridge approaches as appropriate. •Replace damaged / install new approximately 2 arch culverts, ranging in span from approximately 3' to 5'. •Other miscellaneous work in various locations in the Forest, including aggregate resurfacing, ditch repair, and placement and maintenance of erosion and sediment control and maintenance of traffic devices. Key Restrictions •Work will not be permitted on holidays. •Work will generally be permitted on nights and weekends. •Certain sites may not be accessible until other sites (on this project or others) are completed. •Utility relocations are anticipated. Work schedule will need to be coordinated with utility companies. •When accessing the trail bridges, the contractor will be required to minimize tree clearing and disturbance. This will likely require the use of only small equipment. •The Government anticipates placing maximum time limits on several bridge replacement sites. Schedule •The estimated NTP for this project is 3/15/19. Note that this date is an estimate only and is subject to change. Weather in the area doesn't normally allow construction activities until May, and there is a 2-4 week heavy load restriction in place after the snow melts. Work in trout streams will not be permitted until late May and work in warm water streams will not be permitted until late June. •The estimated fixed completion date for this project is 11/15/19. All work must be completed by this date. 5.REQUESTED CONTENT OF RESPONSES TO THIS SOURCES SOUGHT Interested parties who consider themselves qualified to perform all the listed services herein are invited to submit a response to this sources sought/market research notice. Responses shall clearly identify: 1.Name, Address, Point of Contact; 2.Size standard under NAICS code 237310; Highway, Street and Bridge Construction (size standard is $36.5 Million); 3.Identify all applicable classifications for your organization such as: a.Small Business b.Woman-owned business c.8(a) business d.Small disadvantaged business e.HUBZone business f.SDVOB business Sources are requested to submit a Capability Statement that addresses their ability to deliver the required services. The capability statement should clearly identify the following items regarding the interested organization(s): 1.What is your firm's SBA status (Small Business, Large Business, 8(a), HubZone, etc.) and are you registered with the Small Business Administration? 2.Does your firm possess the capability to self-perform at least 50% of the work described above, given the estimated work completion deadlines provided above? Please provide details to support your firm's stated capabilities, which may include a summary of the numbers and types of crews available, crew experience, equipment owned (or equipment that you would plan to rent), statements that crew members have the expertise to run the types of equipment that you propose to use on this project, and any other information that describes your firm's capabilities. 3.Do you intend to bid on this project as a prime contractor? PAGE LIMIT: The capability statement shall be no more than 3 pages in length, single-spaced, with font sized 12 or larger using Times New Roman or Arial. The minimum font size for charts shall be 10 point. Margins (Top, Bottom, Right and Left) no smaller than 1" (headers and footers are allowed in the margins) page size shall be no greater than 8.5" x 11." Submission shall be provided in electronic format readable and searchable by Adobe Acrobat or Microsoft Word. Do NOT submit marketing material, slide presentations or technical papers. Do NOT submit resumes. NOTES: This is a sources sought announcement to conduct market research. EFLHD contemplates award of a contract to accomplish the work described herein. The results of this sources sought market research will assist to identify potential offerors having an interest in, and the resources to accomplish the work and contribute to determining the method of procurement. PARTICIPATION IN THE MARKET RESEARCH IN NO WAY AFFECTS YOUR ELIGIBILITY TO COMPETE FOR THESE SERVICES IF AN IFB/RFP IS SUBSEQUENTLY ISSUED. Please reference "693C73-18-SS-0011, Sources Sought WI ERFO FS 2016-1(3)" in the subject line of your email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/693C73-18-SS-0011/listing.html)
 
Place of Performance
Address: Bayfield, Ashland, and Sawyer Counties, Wisconsin, United States
 
Record
SN05054690-W 20180826/180824230808-2eacc896d0382fe0d790e7f3135a381d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.