Inactive
Notice ID:693C73-21-SS-0004
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 construction contracts under NAICS 237310 - Highway, Street, and Bridge Construction to perform repairs to PR-10 between km 41.6 and 47.5 on the municipality of Utuado, Puerto Rico as required by the Puerto Rico Highway and Transportation Authority (PRHTA). The work may include, but is not limited to: embankment reconstruction, reinforced soil slope systems construction, drainage systems installation, landslide stabilizations, welded wire retaining wall systems, soil nailing walls, box culvert construction, pavement reconstruction, pavement markings installation, removal and replacement of guardrails, sedimentation and erosion control, maintenance of traffic and temporary traffic control, construction of multi-span bridges and other related work. The bridge structures will employ drilled shafts, soil nailing walls for the abutments excavation support and micropiles. The PR-10 highway shall be kept open to all traffic during construction. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a construction contract in Calendar Year 2021. The cost of the project is expected to exceed $40,000,000. 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 November 16, 2020: 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). 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. Offeror's ability to perform at least 15% of the cost of contract performance effort with its own workforce. Offeror's experience to perform, or strategy to develop, and submit shop drawings, material submittals, construction quality control program, Traffic Management Plans, as-built drawings and to provide other engineering and surveying services. Offeror's capability to perform the described construction activities on contracts ranging in size from $20,000,000 to $70,000,000, 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. Offeror’s experience in building multiple span bridges 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. Offeror’s experience in building soil nail walls, welded wire retaining wall systems, and reinforced soil slopes 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. Offeror’s experience in maintaining traffic during construction 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 Offeror’s experience developing and implementing a Contractor’s Quality Control Plan (CQCP). The CQCP includes the measuring and the validation of the quality of the materials used and incorporated into the project including, but not limited to qualified personnel, equipment, testing facilities and sampling procedures. Offeror’s current per contract and aggregate bonding capacity. 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. Note: 1. Please reference: 693C73-21-SS-0004 Sources Sought in the subject line of your email. 2. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 6 PAGES.