Pennsylvania Bids > Bid Detail

Delaware Water Gap National Recreational Area

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159713105745152
Posted Date: May 24, 2023
Due Date: Jun 8, 2023
Solicitation No: 693C73-23-SS-0009
Source: https://sam.gov/opp/2a7f640fdd...
Follow
Delaware Water Gap National Recreational Area
Active
Contract Opportunity
Notice ID
693C73-23-SS-0009
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL HIGHWAY ADMINISTRATION
Office
693C73 EASTERN FED LANDS DIVISION
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 24, 2023 05:17 pm EDT
  • Original Response Date: Jun 08, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1LB - CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    PA
    USA
Description

Federal Highway Administration

Eastern Federal Lands Highway Division

Sources Sought Announcement No. 693C73-23-SS-0009

Project NP DEWA 10(6), 218(2)

Delaware Water Gap National Recreational Area





SUBMITTAL INFORMATION



ISSUE DATE: May 24, 2023

DUE DATE FOR RESPONSES: June 8, 2023 2:00 PM EST

SUBMIT RESPONSES TO: Mr. Michael Sun at eflhd.contracts@dot.gov



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 and capability of qualified SMALL BUSINESSES ONLY for a construction project involving the replacement of the Dingmans Falls Access Bridge #1 and repair of the Vancampens Glen Bridge. The project is located in the Delaware Water Gap National Recreational Area within Pike County, PA and Warren County, NJ.



The project consists of installing new abutments with wingwalls, super structure and roadway approach reconstruction, realignment, and miscellaneous bridge maintenance work (bank stabilization, drainage, and roadway safety improvements). The work will include mill and overlay of asphalt roadway approaches, embankment protection, and erosion repair or riprap.



The work is divided into two bid schedules as follows:



Schedule A: Dingmans Falls Access Bridge #1 consists of a single span prestressed concrete beam bridge and is located in Pike County, PA. The work includes replacing the entire structure with a longer and wider bridge, approximately 28 feet wide and 65 feet long. The new bridge will require two new abutments with wingwalls, super structure and roadway approach reconstruction, and possible realignment. Visitor center access could impact closure time or staged construction. Summer season (mid-June through Labor Day) access requirements still need to be determined and agreed upon with NPS.



Schedule B: Vancampens Glen Bridge consists of a single span concrete encased steel beam bridge and is located in Warren County, NJ. The work at this site includes mill and overlay of asphalt roadway approaches, embankment protection, erosion repair or riprap at the NE, SE, SW wingwalls, and miscellaneous bridge maintenance. Old Mine Road is the only north-south connector road on the New Jersey side of the recreation area. One lane bi-directional traffic should be maintained during construction. Emergency vehicle access should be maintained during construction as well.



The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a construction contract no earlier than December 2023. The cost of the entire project is estimated to be between $3,000,000.00 to $4,000,000.00



QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Mr. Michael Sun) no later than 2:00PM (EST) on June 8, 2023:



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. Your firm’s size standard under NAICS code 237310; Highway, Street and Bridge Construction ($39.5 Million). 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/.



3. Identify all applicable classifications for your firm such as: small business; woman-owned small business; 8(a) small business; small disadvantaged business; HUBZone small business; SDVOB small business; etc. This information must be provided to determine whether the "Rule of 2" has been met for any socio-economic category for set-aside purposes. Please note that 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.



4. Offeror's ability to perform at least 15% of the cost of contract performance effort with its own workforce as a prime contractor per FAR clause 52.219-14 Limitations on Subcontracting.



5. Offeror's capability to perform a contract of this magnitude and complexity including stream channel and bank stabilization, drainage, roadway safety improvements, bridge repair and replacement, erosion control, and intermittent construction schedules 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.



6. 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.



7. Commercial and Government Entity (CAGE) Code and Unique Entity ID; if a member of a joint-venture (JV) or mentor-protégé agreement with the SBA, please provide information on both members of the JV.



8. Please provide your current per contract and aggregate bonding capacities.



RESPONSES TO THIS SOURCE SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 5 PAGES, single-spaced, with font size 12 or larger using Times New Roman or Arial. Page margins no smaller than 1” and 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.



Please reference “Sources Sought Announcement No. 693C73-23-SS-0009 for Project “NP DEWA 10(60, 218(2)” in the subject line of your email.


Attachments/Links
Contact Information
Contracting Office Address
  • 22001 Loudoun County Parkway Suite E2-3-300
  • Ashburn , VA 20147
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 24, 2023 05:17 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >