The RFP Database
New business relationships start here

KY ERFO FS 2016-1(1) - Zilpo Road Slide Repair


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Federal Highway Administration
Eastern Federal Lands Highway Division
Sources Sought (SS) Market Research For
Project: KY ERFO FS 2016-1(1)
"Zilpo Road Slide Repair"
693C73-18-SS-0006

1. SUBMITTAL INFORMATION


ISSUE DATE: August 14, 2018
DUE DATE FOR RESPONSES: September 14, 2018 2:00 PM Eastern Standard Time EST)
SUBMIT QUESTIONS and RESPONSES TO: Shirley Anderson at eflhd.contracts@dot.gov


SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT
2. Potential Sources Sought. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD) is conducting market survey to identify potential sources for an anticipated contract award. The purpose of this notice is to obtain information, for planning purposes, to determine the availability of SMALL BUSINESSES to perform the project work.


This notice does not solicit proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.


Pursuant to 48 C.F.R. Part 10, the Government is conducting market research to:


• Determine what sources exist that are capable of satisfying the Government's requirements listed below,
• Determine the capabilities of potential contractors,
• Determine the size and status of potential sources, and
• Determine the level of competition (i.e. 8(a), set-aside, or full and open).


3. INTRODUCTION - Statement of Need


The slopes along two sections of NFSR 918 Zilpo Road failed during a significant rain event in 2016. The purpose of this project is to repair these slope failure repairs and to reconstruct the roadway in the immediate vicinity of the slope failures. The cost for this project is estimated to be between $500,000 and $1,000,000.


4. DESCRIPTION OF WORK


• Repair approximately 60' long slide at Site 1 with 9' high mechanically stabilized earth (MSE) wall, and grade at 2H:1V from the edge of the shoulder to the head of the wall.
• Repair approximately 160' long slide at Site 2 with 13.5' high mechanically stabilized earth (MSE) wall, and grade at 2H:1V from the edge of the shoulder to the head of the wall.
• Reconstruct asphalt roadway adjacent to slide repair for both sites.
• Approximate quantities for selected pay items:
o ~3,600 CY of select granular backfill
o ~2,775 CY of granular backfill
o ~1,350 TON aggregate base grading
o ~6,650 CY of geogrid
o ~4,400 SF of mechanically stabilized earth wall, welded wire face
o ~550 TON asphalt
o ~2,000 LF pavement markings


Key Restrictions


• No work will be permitted on Sundays or National legal holidays.
• No tree cutting work will be permitting from March 16th to November 30th.
• No work will be permitted on days with special events occurring in the vicinity, as determined by the CO.


Schedule


• The estimated NTP for this project is 5/15/19. Note that this date is an estimate only and is subject to change.
• The estimated fixed completion date for this project is 12/2/19.


5. REQUESTED CONTENT OF RESPONSES TO THIS SOURCES SOUGHT


Interested parties who consider themselves qualified to perform all the listed services herein are invited to submit a response to this sources sought/market research notice.


Responses shall clearly identify:


1. Name, Address, Point of Contact;
2. Size standard under NAICS code 237310; Highway, Street and Bridge Construction (size standard is $36.5 Million);
3. Identify all applicable classifications for your organization such as:


a. Small Business
b. Woman-owned business
c. 8(a) business
d. Small disadvantaged business
e. HUBZone business
f. SDVOB business


Sources are requested to submit a Capability Statement that addresses their ability to deliver the required services. The capability statement should clearly identify the following items regarding the interested organization(s):


1. What is your firm's SBA status (Small Business, Large Business, 8(a), HubZone, etc.) and are you registered with the Small Business Administration?
2. Does your firm possess the capability to self-perform at least 50% of the work described above, given the estimated work completion deadlines provided above?
3. Do you intend to bid on this project as a prime contractor?


PAGE LIMIT: The capability statement shall be no more than 3 pages in length, single-spaced, with font sized 12 or larger using Times New Roman or Arial. The minimum font size for charts shall be 10 point. Margins (Top, Bottom, Right and Left) no smaller than 1" (headers and footers are allowed in the margins) 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.
NOTES:
This is a sources sought announcement to conduct market research. EFLHD contemplates award of a contract to accomplish the work described herein. The results of this sources sought market research will assist to identify potential offerors having an interest in, and the resources to accomplish the work and contribute to determining the method of procurement.


PARTICIPATION IN THIS MARKET RESEARCH IS NOT REQUIRED BUT IT IS ENCOURAGED TO ENSURE THE GOVERNMENT MAKES INFORMED DECISIONS REGARDING MARKET CAPABILITIES OF DISADVANTAGED, SMALL AND LARGE BUSINESSES.


Please reference "693C73-18-SS-0006, Sources Sought KY ERFO FS 2016-1(1)" in the subject line of your email.


Shirley A Anderson, Contract Specialist, Phone 703-948-1407, Fax 703-404-6217, Email eflhd.contracts@dot.gov - C. Shawn Long, Contract Specialist, Phone 7034046212, Fax 7034046217, Email eflhd.contracts@dot.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP