Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SOLICITATION NOTICE

Y -- North Section Rehabilitation - NP-GWMP 1(3), 2(5)

Notice Date
1/14/2021 3:58:10 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
693C73 EASTERN FED LANDS DIVISION Ashburn VA 20147 USA
 
ZIP Code
20147
 
Solicitation Number
693C73-21-R-000006
 
Response Due
1/27/2021 11:00:00 AM
 
Archive Date
09/30/2021
 
Point of Contact
Shirley A Anderson, Phone: 7039481407, Fax: 7034046217, Christopher Shawn Long, Phone: 7034046212
 
E-Mail Address
EFHLD.contracts@fhwa.dot.gov, christopher.s.long@dot.gov
(EFHLD.contracts@fhwa.dot.gov, christopher.s.long@dot.gov)
 
Description
Proposals from all business concerns will be accepted for the Design-Build (D-B) solicitation of the North Section Rehabilitation, Project No. NP-GWMP 1(3), 2(5), located in Fairfax and Arlington counties, Virginia, as Solicitation Number: �693C73-21-R-000006.� Contract Award/Notice to Proceed is subject to availability of funds. The project consists of the reconstruction of approximately 7.5 miles of the northern section of the George Washington Memorial Parkway (GWMP) between Spout Run and the I-495/Capital Beltway, the reconfiguration of the existing roadway geometry at the Route 123 interchange to improve safety, and the rehabilitation of the Central Intelligence Agency (CIA) interchange in Fairfax and Arlington counties, Virginia. �The GWMP from Spout Run to I-495 is a four-lane divided scenic parkway that also serves as a major commuter route between northern Virginia and Washington, D.C., carrying over 70,000 vehicles per day. The GWMP also provides access to several NPS recreational and historic sites along the Parkway.� The work includes reconstructing asphalt pavement; constructing new concrete curbs; constructing new or extended acceleration and deceleration lanes; repairing or replacing existing drainage inlets and culverts, and constructing additional drainage inlets and culverts; repairing and stabilizing drainage outfalls; installing stormwater management facilities; replacing stone guardwalls, steel guardrail, and concrete bridge median barriers with either concrete-core guardwall with stone-facing, or steel-backed timber guardrail; providing safety features to protect motorists while preserving viewsheds and historic walls; rehabilitating deteriorated bridge joints and concrete sections, and painting bridge girders and railings; constructing utility improvements, including installation of conduit, manholes, pull boxes, and related infrastructure for future fiber-optic intelligent transportation system lines, power lines, and traffic signal systems; signing; pavement markings; temporary traffic control; and other miscellaneous work. The project will be split into multiple work schedules/contract options.� The design and construction cost for all the work schedules is estimated to be more than $100,000,000.00 The Eastern Federal Lands Highway Division (EFLHD), of the Federal Highway Administration (FHWA), in cooperation with the National Park Service (NPS) is conducting a �two phased� Design-Build (D-B) selection process. Solicitation documents for Phase One, Request for Qualifications (RFQ), should be issued on or about December 1, 2020. �Statements of Qualifications are due on January 12, 2021 at the EFLHD office in Ashburn, Virginia. A selection committee will review and evaluate contractor qualifications and select 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, the short-listed firms/teams will be sent a Request for Proposal (RFP), which will outline the remainder of the process requirements.� Use Internet address www.beta.sam.gov (click on Search Contract Opportunities, then type �693C73� in the Keywords Search and all available projects will be listed) to check for the availability of advertisement documents.� All documents can be directly downloaded from this website.� Solicitation documents will no longer be mailed.� Register to receive email notifications to be automatically notified when a document is added or updated for a specific project. �If firms do not register as an interested vendor at this website, there will be no Interested Vendors List. Annual Representations and Certifications FAR 52.204-8 (MAR 2020).� The Representations and Certifications must be completed online at www.beta.sam.gov.� The required annual Form Vets-4212 must also be completed 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 at the time an offer is submitted.� Also, FAR clause 52.232-33 requires SAM registration for payment.� SAM registration is available online at the following Internet web address: www.beta.sam.gov. � IMPORTANT SUBCONTRACTING PLAN REQUIREMENTS Required from all ""other than small business"" when the requirement is expected to exceed $750,000 ($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)]: 48% - Small Businesses (SB), 5% - Small Disadvantaged Businesses (SDB), 5% - Women-Owned Small Business Entities (WOSB), 3% - HUBZone, 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
SAM.gov Permalink
(https://beta.sam.gov/opp/8f5f111d30df4518889d202509689b83/view)
 
Place of Performance
Address: Arlington, VA, USA
Country: USA
 
Record
SN05892334-F 20210116/210114230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.