Design/Build Services for the Country Lane Repair at the Tongue Point Job Corps Center

expired opportunity(Expired)
From: Federal Government(Federal)
1605AE-22-N-00021

Basic Details

started - 09 Sep, 2022 (19 months ago)

Start Date

09 Sep, 2022 (19 months ago)
due - 23 Sep, 2022 (19 months ago)

Due Date

23 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
1605AE-22-N-00021

Identifier

1605AE-22-N-00021
LABOR, DEPARTMENT OF

Customer / Agency

LABOR, DEPARTMENT OF (937)OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT (775)DOL - JCAS - AEC (14)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The US Department of Labor, Office of Job Corps Acquisition Services, has a requirement for a qualified firm to provide design-build services to rebuild and realign Country Lane at the Tongue Point Job Corps Center in Astoria, Oregon.  THIS IS A SOURCES SOUGHT NOTICE.  In accordance with Federal Acquisition Regulation (FAR) 10.002(b) (2) (i), this notice is issued for the purpose of conducting market research.  Market research is being conducted to determine if there are potential businesses with the capacity and experience to perform the required work.  This Notice is not to be misconstrued as an Invitation for Bid or Request for Proposal.  There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The full extent of the work will be described in the
solicitation, which may follow at a later date.  However, a summary of the services to be performed is provided as follows. The services provided for the Country Lane repairs will accommodate both the United States Coast Guard’s (USCG’s) needs to enter their compound and DOL’s need to maintain a second exit from the Center. In addition, pavement and base repairs are required to a section of Tongue Point Road.The Tongue Point Job Corps Center was started in 1965 at a former Naval Air Station. Since inception there has been a USCG Buoy repair facility adjacent to the northwest corner of the Center. Access to this facility is along Tongue Point Road through the main entrance gate. The section of this roadway north of the railway trestle to just south of the entrance to the Buoy Repair Facility is currently failing and in need of repairs.The Department of Labor (Department) recently excessed approximately 2.6 acres of this facility to the United States Coast Guard (USCG) for their use to develop and operate a Fast Response Cutter Facility to accommodate 2 ships. For the USCG vehicles and trucks to access this compound they must travel through the main gate of the Center. The route these vehicles must take has been outlined in an agreement with the USCG as being via Country Lane. In addition, due to the excess, the Center’s only access to Country Lane from Railroad Ave which, in its current alignment, limits the size vehicle able to make the turn onto Country Lane. Because of these issues, the USCG conducted a preliminary investigation recommending rebuilding Country Lane and changing the alignment to allow for the turning of trucks from Tongue Point Road to Country Lane for the USCG access and from Railroad Avenue to Country Lane to allow Center’s larger vehicles to use it as an exit.The estimated price range is between $1 Million to $5 Million.Firms interested in this requirement are requested to submit a statement of qualifications.  Your statement of qualifications shall demonstrate the capacity of your firm to perform the services described above, and should include the following information:Pertinent factors for consideration of qualifications (in order of importance)Previous projects of similar scope and value:Contractor has performed design-build construction of two or more comparable roadway realignment and construction projects that include at-grade railroad intersections, traffic controls, and pavement and base repairs/reconstruction in the last five years.Contractor has performed previous civil works projects encompassing permitting; complied with local, state, and national permitting requirements; and coordination with State Department of Transportation requirements for railroad crossings.Provide previous project examples which shall include the location of the project (City, State), the project owner, a brief and concise description of the project scope, specialty design consultants employed, a comparison of the construction budget versus the final contract amount, and a brief and concise description of the services provided.2.   Project LocationContractor has completed two or more design-build in the region of the Country the project is located in the last five years indicating a familiarity with state and local codes, environmental conditions, economic conditions, and experience/qualifications of local design consultants.3.   Cost control, project schedule, safety, and quality of workA.  Contractor has a proven record of excellent performance by completing projects on or ahead of time.   Using the previous project examples include the Contract Award/NTP date, the original contract completion date, and the actual contract completion date for each project.B.  Contractor has a proven record of excellent performance by reducing cost and completing projects on or below budget.  Using the previous project examples indicate the contract award amount, the final contract value, and a percentage of change order value relative to the total construction value for each project. C.  Contractor has established Safety and Quality Control procedures and protocols which are consistently applied to all projects. 4.   Financial CapabilitiesContractor is in sound financial standing with no claims or liens.  Contractor has sufficient financial capacity to bond a project in the $1M to $5M range.  Provide aggregate and per project bonding capacity limits.Your project examples shall include the location of the project, the project owner, a brief description of the services performed.  Your synopsis should also include the date of contract award, the original and final date of contract completion. Using the previous project examples indicate the original contract price and final contract value. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; and 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements.Your submission should not exceed 10 pages.  Your response to this notice, is due no later than September 23, 2022, by 2:00 PM EDT, and shall be submitted via email to Martrelle Pyatt Harvin, Contract Specialist, US Department of Labor/OASAM/OSPE/JCAS, A&E Construction, pyattharvin.martrelle@dol.gov.  HUB Zone, veteran-owned small businesses, service-disabled veteran-owned small business, small disadvantaged businesses, and 8(a) businesses are encouraged to submit responses.  The NAICS Code for this requirement is 237310. Acknowledgment of responses will not be made, nor will respondents be notified regarding the results of the Government’s evaluation of the information received.  The determination to proceed with the acquisition is within the discretion of the Government.  Telephone inquiries will not be accepted.  Please be reminded that a prospective Offeror interested in obtaining a contract award with the Government must be registered in the Federal Government's System for Award Management (SAM) database.  Additional information regarding contractor registration can be obtained through www.SAM.gov.

Astoria ,
 OR   USALocation

Place Of Performance : N/A

Country : United States

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 237310Highway, Street, and Bridge Construction