Colonial Parkway - Design & Reconstruction of Approximately 9.7 miles Within Colonial Parkway Historical Park

expired opportunity(Expired)
From: Federal Government(Federal)
693C73-21-SS-0014

Basic Details

started - 02 Jul, 2021 (about 2 years ago)

Start Date

02 Jul, 2021 (about 2 years ago)
due - 23 Jul, 2021 (about 2 years ago)

Due Date

23 Jul, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
693C73-21-SS-0014

Identifier

693C73-21-SS-0014
TRANSPORTATION, DEPARTMENT OF

Customer / Agency

TRANSPORTATION, DEPARTMENT OF (8258)FEDERAL HIGHWAY ADMINISTRATION (1935)693C73 EASTERN FED LANDS DIVISION (395)
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.

Federal Highway AdministrationEastern Federal Lands Highway DivisionSources Sought Announcement No. 693C73-21-SS-0014Rehabilitation of Colonial Parkway, Phase IColonial Parkway Historical ParkPROJECT NO.:  VA NP COLO 1A21 B42 C18 D51SUBMITTAL INFORMATION ISSUE DATE:  July 2, 2021DUE DATE FOR RESPONSES: July 23, 2021 2:00 PM EST SUBMIT RESPONSES TO: Mr. C. Shawn Long at eflhd.contracts@dot.gov  SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT Scope of Work: 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 sources for the design and construction of a section of Colonial Parkway in York County and the City of Williamsburg, Virginia.  The project consists of the reconstruction of approximately 9.7 miles of the
Colonial Parkway (Parkway) from Milepost (MP) 0.17 to MP 1.61 and MP 6.02 to MP 14.26 within Colonial Parkway Historical Park.  The work is anticipated to include, but is not limited to, the following:•    Design and construction of exposed aggregate concrete and asphalt roadway pavement and concrete curbs; •    Design and installation of drainage inlets, storm drain systems, and culverts;•    Design and installation of drainage outfall repair; •    Design and installation of stormwater management (SWM) features; •    Acquiring approval of the Erosion and Sediment Control Plan and the SWM Plan and coverage under the General VPDES Permit for Discharges of Stormwater from Construction Activities (VAR10) per the Virginia Department of Environmental Quality (VDEQ) and any other environmental permits;•    Design and construction of sample brick-faced bridge railing with concrete core wall to replicate existing historic bridge railing; •    Design and construction of sample brick headwalls to replicate existing historic headwalls; •    Replacement of designated existing bridge railing and steel-backed timber guardrail in accordance with Government approved sample; •    Design and installation of bridge and culvert expansion joints;•    Removing abandoned sewer main under bridge deck;•    Cleaning and painting structural steel (including containment system), and designing and replacing bridge bearings;•    Replacing missing nuts and bolts for structural connections;•    In-depth inspection to identify required concrete repairs;•    Design and construction of concrete repairs matching existing color and texture;•    Design and replacement of exposed aggregate concrete deck;•    Design and partial depth replacement of exposed aggregate concrete slab bridge;•    Design and replacement of bridge concrete sidewalks, curbs, and gutters•    Design and repair of masonry retaining walls and drainage system behind walls;•    Design and installation of waterproofing membrane at bridge arch crown below road fill;•    Design and installation tunnel portal waterproofing membrane•    Design and replace asphalt bridge overlays•    Cleaning, repointing, and repairing deteriorated mortar joints in brick and stone masonry•    Design and installation of utilities, including tunnel lighting system and traffic counter system;•    Traffic analysis, and coordination with Virginial Department of Transportation (VDOT), City of Williamsburg, and York County;•    Survey and mapping;•    Utility designation, location, and mapping, and other utility investigations, including test holes where needed;•    Inspection of culverts and inlets proposed to remain in place;•    Utility relocations and adjustments, and coordination with local utility owners for the timely completion of utility work;•    Maintaining utilities throughout construction;•    Development and implementation of a Transportation Management Plan (TMP) that defines construction sequencing, areas of disturbance, and operational impacts to normal traffic flow;•    Design and implementation of temporary traffic control plans;•    Development and implementation of a Quality Management Program; •    Overall project management, including coordination with NPS, VDOT, VDEQ, City of Williamsburg, York County, , and the surrounding public communities and commuters; •    Preparation of renderings and other materials for NPS coordination with Virginia State Historic Preservation Officer (SHPO);•    Wetland delineation;•    Coordination with biological and archeological monitors in order to avoid or minimize impacts to resources; and•    Preparation of temporary construction easements.The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one Design-Build (DB) contract no earlier than July 2022.  The cost of the entire project is estimated to be greater than $100,000,000.QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Mr. C. Shawn Long) no later than 2:00PM (EST) on July 23, 2021:1.    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:  large business, 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.  4.    Offeror's ability to perform at least 50% of the cost of contract performance effort with its own workforce.5.    Offeror's capability to perform a contract of this magnitude and complexity, comparable work performed, including the design and construction of exposed aggregate concrete roadway pavement, within the past 10 years.  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.  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 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.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. 693C73-21-SS-0014 for Project NP COLO 1A21 B42 C18 D51” in the subject line of your email. 

VA   USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 237310Highway, Street, and Bridge Construction
pscCode Y1LBCONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS