Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
SOURCES SOUGHT

Y -- NASA Wallops Island Causeway Bridge Rehabilitation - Sources Sought

Notice Date
10/8/2019
 
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
693C73-20-SS-0002
 
Archive Date
12/30/2019
 
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 October 29, 2019, at 2:00 p.m. EST. Federal Highway Administration Eastern Federal Lands Highway Division Sources Sought Announcement No. 693C73-20-SS-0002 NASA Wallops Island Causeway Bridge Project: VA ST NASA 1(8) SUBMITTAL INFORMATION ISSUE DATE: October 8, 2019 DUE DATE FOR RESPONSES: October 29, 2019 2:00 PM Eastern Standard Time (EST) SUBMIT RESPONSES TO: Mr. C. Shawn Long at eflhd.contracts@dot.gov SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT Synopsis: This is a Sources Sought announcement and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose of this announcement is to determine the availability of SMALL BUSINESSES for the rehabilitation of the NASA Wallops Island Causeway Bridge located in Accomack County, Virginia. The rehabilitation of the NASA Wallops Island Causeway Bridge includes: 1) Protecting the prestressed concrete beams by wrapping the beams with bidirectional glass composite fabric (GFRP); 2) Repairing damaged concrete on the concrete piers, including a temporary support structure for jacking and supporting of the existing superstructure as necessary for repairs; 3) Repairing damaged concrete on the prestressed concrete beams; 4) Protecting the concrete pier cap overhangs with GRFP wrap, and cleaning and sealing the pier caps and cylinder piles with penetrating sealant; 5) Inspecting beams to identify damaged strands and installing unidirectional carbon fiber reinforced polymer (CFRP) to restore original flexural capacity of the beams; 6) Repairing the concrete top and bottom deck; 7) Sealing the concrete deck surface; 8) Removing deteriorated shotcrete from post-tensioning anchorages and replacing with concrete; 9) Providing traffic control, including one lane closure with flaggers; 10) Coordination with all necessary federal, state, and local entities with authority; 11) Improving safety through the life of the project; and 12) other project miscellaneous work. The cost for this project is estimated to be between $1,000,000 and $5,000,000. PRIME CONTRACTORS who are Small Businesses, HUBZone Small Businesses, Woman-Owned Small Businesses, 8(a) Small Businesses, or Service-Disabled Veteran-Owned Small Businesses shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Mr. C. Shawn Long) no later than 2:00PM (EST) on October 29, 2019: 1. A positive statement of your intention to submit a bid for the solicitation as a Prime Contractor containing your full business name, address, point of contact, phone number, e-mail address, and web site (if any). 2. Offeror's business designation and socioeconomic sector (i.e. Small, 8(a), Woman-Owned, Service-Disabled Veteran Owned, HUBZone, Small Disadvantaged, etc.); A copy of the letter from the Small Business Administration (SBA) stating date of HUBZone Small Business Certification or acceptance to the 8(a) Small Business program. In the case of a Service-Disabled Veteran-Owned Small Business Concern, you must provide proof of eligibility (DD Form 214 or a letter of adjudication from the Veterans Administration). This information must be provided to determine whether the "Rule of 2" has been met for any socio-economic category for set-aside purposes. DO NOT SEND COPIES OF YOUR CCR/SAM PROFILE. 3. Offeror's ability to perform at least 15% of the cost of contract performance effort with its own workforce. 4. Offeror's capability to perform a contract of this magnitude and complexity; comparable work performed within the past 5 years, specifically including post-tensioned concrete repairs, CFRP concrete beam strengthening, and temporary support structure(s) for jacking and supporting of the existing superstructure; including a brief description of the project; customer name; timelines of performance; customer satisfaction; and dollar value of project. If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. 5. Offeror's experience in coordinating with multiple federal, state, and local agencies for the successful completion of a construction project performed within the last 5 years, including a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of project. If a member of a joint venture, the offeror should include relevant information from both members of the JV. 6. Commercial and Government Entity (CAGE) Code and DUNS Number; if a member of a joint-venture (JV) or mentor-protégé agreement with the SBA, please provide information on both members of the JV. 7. Please provide your current per contract and aggregate bonding capacities. The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified and registered under the NAICS code 237310 in the System for Award Management (SAM) located at https://www.sam.gov/. RESPONSES TO THIS SOURCE SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 5 PAGES, single-spaced, with font size 12 or larger using Times New Roman or Arial. Page margins no smaller than 1" and 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. Please reference "693C73-20-SS-0002, Sources Sought Project NASA Wallops Island Causeway Bridge" in the subject line of your email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/693C73-20-SS-0002/listing.html)
 
Place of Performance
Address: Accomack County, Virginia, United States
 
Record
SN05470298-W 20191010/191008230431-410c8af24992309d46b4e91411e9628b (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.