1. SUBMITTAL INFORMATION
ISSUE DATE: February 1, 2019
DUE DATE FOR RESPONSES: February 15, 2019 2:00 PM Eastern Standard Time (EST)
SUBMIT QUESTIONS and RESPONSES TO: Shawn Long at [email protected]
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 George Washington Memorial Parkway (GWMP) located in Fairfax County, Virginia. The proposed Design/Build project will rehabilitate the north section of the GWMP from Spout Run to Interstate 495 (I-495)/Capital Beltway. The rehabilitation of the north section of the GWMP includes: 1)Design of the rehabilitation of the Parkway; 2) Design and implementation of Transportation Management Plan (TMP), temporary traffic control, and permanent traffic control; 3) Obtain all approvals required for the design and construction, including waivers and exceptions, and obtain all permits and approvals required for construction including coordination with all necessary federal, state, and local entities with authority; 4) Obtain all permits and approvals required for any utility relocation; 5) reconstructing the asphalt pavement and constructing new concrete curbs; 6) replacing and adding drainage inlets and culverts; 7) stabilizing erosion at drainage outfalls; 8) improving safety along the Parkway; 9) improving safety with options for crashworthy roadside barriers; 10) reconfiguring and improving safety at the Route 123/GWMP interchange; and 11) other project elements including construction of emergency turnarounds, minor rehabilitation of the two scenic overlooks, short extensions of acceleration and deceleration lanes, installation of conduits and manholes for future Intelligent Transportation Systems (ITS), and installation of storm water management (SWM) facilities.
The cost for this project is estimated to be between $100,000,000 and $200,000,000.
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 [email protected] (Attn: Mr. Shawn Long) no later than 2:00PM (EST) on February 15, 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, 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 SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 5 PAGES. Please reference "693C73-19-SS-0005, Sources Sought GWMP NSFLTP" in the subject line of your email.
Contracting Office Address:
21400 Ridgetop Circle
Sterling, Virginia 20166
Place of Performance:
Fairfax County, Virginia
United States
Primary Point of Contact.:
Shawn Long,
Contract Specialist
[email protected]
Secondary Point of Contact:
MELVIN O. SLOAN,
Contracting Officer
[email protected]