Tennessee Bids > Bid Detail

Great Smoky Mountains National Park Project TN NP GRSM 11(5)

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
  • S - Utilities and Training Services
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159470134176753
Posted Date: Oct 4, 2022
Due Date: Oct 27, 2022
Solicitation No: 693C73-23-SS-0001
Source: https://sam.gov/opp/513742a007...
Follow
Great Smoky Mountains National Park Project TN NP GRSM 11(5)
Active
Contract Opportunity
Notice ID
693C73-23-SS-0001
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: Oct 04, 2022 01:25 pm EDT
  • Original Response Date: Oct 27, 2022 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Gatlinburg , TN
    USA
Description

Federal Highway Administration

Eastern Federal Lands Highway Division

Sources Sought Announcement No. 693C73-23-SS-0001

Great Smoky Mountains Project TN NP GRSM 11(5)





SUBMITTAL INFORMATION



ISSUE DATE: October 4, 2022

DUE DATE FOR RESPONSES: October 27, 2022, 2:00 PM EST

SUBMIT RESPONSES TO: C. Shawn Long 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 the proposed design/build project to reconstruct the Wiley Oakley Cross Over Bridge with a new flyover bridge, constructing on/off ramps, and improving the acceleration and deceleration lanes along the Gatlinburg Spur Road in Sevier County, Tennessee. The project will include removing the existing at-grade Wiley Oakley Drive Crossover Bridge and constructing a new grade-separated interchange overpass (flyover) bridge, construction of on/off ramps, improvement of Gatlinburg Spur Road northbound/southbound acceleration and deceleration lanes, and intersection improvements at Wiley Oakley Drive/Westgate Resort Road and Wiley Oakley Drive/Banner Road. Additional work includes constructing a small retaining wall approximately 30 to 40 feet long and 5 to 7 feet high, constructing new storm drainage (inlets, culverts, and end/headwalls), relocating utilities, right-of-way coordination, and temporary traffic control and other miscellaneous work. All bridge abutment walls, retaining walls, end/headwalls, etc. will have a stone masonry veneer. The project design and construction will also include the preparation of any required design documents for design waivers and/or exceptions, and obtain required permits for construction of the project.



The work will be split into bid schedules as follows:



• Schedule A will include all the work associated to the new bridge, including ramps and approaches.

• Schedule B will include utility relocation work.

• Schedule C will include the existing bridge demolition.



The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one construction contract no earlier than October 2023. The cost of the entire project is estimated to be between $25,000,000 to $35,000,000.



QUALIFIED PRIME CONTRACTORS who are certified SMALL BUSINESS CONCERNS ONLY shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: C. Shawn Long) no later than 2:00PM (EST) on October 27, 2022:



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). If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV.



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/ at the time an offer is submitted in response to any solicitation. If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV.



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. DO NOT SEND COPIES OF YOUR SAM PROFILE. 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. If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV.



4. Offeror's ability to perform at least 15% of the cost of contract performance effort with its own workforce.



5. Offeror's capability to perform a contract of this magnitude and complexity and 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.



6. Offeror’s experience within the past 5 years in constructing multi-span curved steel/concrete bridges with large skew angle (over 40 degrees skew). Include 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.



7. Offeror’s experience within the past 5 years in constructing cast-in-place post-tensioned multi-span box girder bridges. Include 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.



8. Offeror’s experience within 5 years in placing Latex Modified Concrete (LMC) or Polyester Polymer (PPC) Concrete overlays on concrete bridge decks. Include 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.



9. Offeror’s experience within 5 years in constructing multi-span bridges over sensitive areas, such as bodies of water, using containment systems to protect the water bodies against contamination from construction debris, sediment, and discharges of oil and other fluids from the work zone. Include 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.



10. Offeror’s experience in maintenance of temporary traffic control during construction on roadways with Annual Average Daily Traffic (AADT) over 25,000 in each direction, including a brief description of the project, how was impact to traffic minimized and how public safety was managed, 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.



11. Offeror’s experience relocating utilities using horizontal direction drilling, 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.



12. 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, obtaining environmental permits related to the project, and dollar value of project. If a member of a joint venture, the offeror should include relevant information from both members of the JV.



13. 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.



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



RESPONSES TO THIS SOURCE SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 10 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-0001 for Project TN NP GRSM 11(5)” 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
  • Oct 04, 2022 01:25 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 >