Mammoth Cave National Park

expired opportunity(Expired)
From: Federal Government(Federal)
693C73-24-SS-0006

Basic Details

started - 08 Mar, 2024 (1 month ago)

Start Date

08 Mar, 2024 (1 month ago)
due - 02 Apr, 2024 (26 days ago)

Due Date

02 Apr, 2024 (26 days ago)
Bid Notification

Type

Bid Notification
693C73-24-SS-0006

Identifier

693C73-24-SS-0006
TRANSPORTATION, DEPARTMENT OF

Customer / Agency

TRANSPORTATION, DEPARTMENT OF (8247)FEDERAL HIGHWAY ADMINISTRATION (1931)693C73 EASTERN FED LANDS DIVISION (393)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

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. 693C73-24-SS-0006Mammoth Cave National Park Project MACA 12(1), 908(1)SUBMITTAL INFORMATIONISSUE DATE: March 08, 2024DUE DATE FOR RESPONSES: April 02, 2024, 2:00 PM EDT SUBMIT RESPONSES TO: Mr. David Bogner at eflhd.contracts@dot.gov SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT ONLYSynopsis: 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 design-bid-build construction project involving construction of hotel parking and adjacent access roads at the Mammoth Cave National Park in Edmonson County, Kentucky.The project consists of new construction of three roads and two parking areas,
grading, new alignments, construction of new gravel parking area, parking lot and sidewalk lighting installation, new curb and gutter, storm drain system installation, ditch reconditioning, grease trap installation, new regulatory signing, installation of pavement markings, landscaping, and other miscellaneous work.The work is divided into bid schedules as follows:Schedule A (Base Contract) includes construction of a new asphalt left turn lane along Mammoth Cave Parkway (Route 0010), asphalt pavement reconstruction of Visitor Center Bus Loop (Route 0224), asphalt pavement reconstruction of Hotel Service Parking (Route 901B), new full depth asphalt construction of hotel service access road (Route 901C), new asphalt pavement construction of overflow parking area (Route 0908BZ), and miscellaneous work.Schedule B (Option 1) includes construction of a new gravel parking area (Route 0961), asphalt pavement expansion and reconstruction of the Hotel Parking (Route 0908), and miscellaneous work.Schedule C (Option 2) includes new full depth asphalt construction of the Hotel Entrance Road (Route 0012) on a new horizontal and vertical alignment, new stormwater drainage system with oil/grit separators, parking lot and sidewalk lighting installation, signing, pavement markings, and miscellaneous work.Schedule D (Option 3) includes construction of a new concrete pavement Hotel Bus Loop (Route 0228) and Plaza, construction of new asphalt concrete side paths, sidewalk lighting installation, and miscellaneous work.Schedule E (Option 4) includes construction of new multi-use paths around the Hotel area with landscaping, sidewalk lighting installation, and other miscellaneous work.The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a design-bid-build construction contract no earlier than December 2024. The cost of the entire project is estimated to be between $10,000,000 and $12,000,000.QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Mr. David Bogner) no later than 2:00 PM (EDT) on April 2, 2024:1. A positive statement of your intention to submit a bid for the solicitation when it is issued 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 ($45 Million). All firms shall be certified and registered under the NAICS code 237310 in the System for Award Management (SAM) located at https://www.sam.gov/ prior to the submission of bids or proposals.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; service-disabled veteran-owned 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 the construction of storm drain systems with oil/grit separators, landscaping, utility relocation, coordinating construction with minimum interruption to an operating facility, stone masonry work, and parking lot and sidewalk lighting installation 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. 693C73-24-SS-0006 for Project MACA 12(1), 908(1)” in the subject line of your email.

KY   USALocation

Place Of Performance : N/A

Country : United StatesState : Kentucky

Office Address : 22001 Loudoun County Parkway Suite E2-3-300 Ashburn , VA 20147 USA

Country : United StatesState : VirginiaCity : Ashburn

You may also like

TASK ORDER PAINT AUTO SHOP B81 FOR ROCKY MOUNTAIN NATIONAL PARK

Due: 13 Jun, 2024 (in 1 month)Agency: NATIONAL PARK SERVICE

Classification

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