Inactive
Notice ID:693C73-19-SS-0008
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 announ...
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 qualified SMALL BUSINESSES for potential Multiple Award Task Order Contracts (MATOC) and/or Single Award Task Order Contracts (SATOC), Indefinite Delivery Indefinite Quantity Contract(s) to provide highway and/or bridge construction services required under NAICS 237310 - Highway, Street, and Bridge Construction. The work will vary but may be such tasks as roadway, bridge or culvert repairs or slide repairs including associated design services. Particular work may include, but is not be limited to: gravel or natural surface roadway and trail rehabilitation, asphalt concrete and Portland cement concrete pavement construction, asphalt concrete milling, pavement markings, embankment construction, debris removal, pipe and box culvert repairs or replacement, riprap placement, sign installation, embankment repairs using Mechanically-Stabilized Earth (MSE) walls, bridge repairs such as joint replacements, concrete deck repairs, abutment/pier and wingwall repairs or replacements, and smaller bridge replacements. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one or more MATOC and/or SATOC, Indefinite Delivery Indefinite Quantity Contracts (IDIQC) for Federal Land Management Agencies (FLMA) such as the National Park Service (NPS), U.S. Forest Service, U.S. Fish and Wildlife Service, etc. The work will be grouped into the following three geographic areas: Area #1 (Mid-Atlantic) - Pennsylvania, New Jersey, Delaware, Maryland, West Virginia, Virginia, D.C. Area #2 (South-Atlantic) - North Carolina, South Carolina, Georgia, Florida Area #3 (South) - Kentucky, Tennessee, Alabama, Mississippi, Louisiana, Arkansas Each contract(s) will be for one base year with four one-year options with a maximum not-to-exceed amount of $19,500,000. Task orders may vary in size from $50,000 to $3,000,000. At the Contracting Officer's decision, projects under $50,000 may also be awarded under this contract. The contract award will be no earlier than October 2019. QUALIFIED 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: Melvin Sloan) no later than 2:00 PM (EST) on May 10, 2019: 1. A positive statement of your intention to submit a proposal 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 in order to determine whether the "Rule of 2" has been met for any particular socio-economic category for set-aside purposes. DO NOT SEND COPIES OF YOUR CCR/SAM PROFILE. 3. Identification of the geographic area(s) for which you would submit a proposal. 4. Offeror's ability to perform at least 15% of the cost of contract performance effort with its own workforce. 5. Offeror's ability to perform and/or strategy to obtain design services. 6. Offeror's capability to perform these types of construction activities on contracts ranging in size from $50,000 to $3,000,000, comparable work performed within the past 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. 7. Offeror's current per contract and aggregate bonding capacities. 8. 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. Instructions: 1. Please reference: 693C73-19-SS-0008 Sources Sought in the subject line of your email. 2. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 10 PAGES.