Gulf Islands National Seashore - Project MS NP GUIS 15(4)

Agency:
State: Mississippi
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Feb 6, 2024
Due: Feb 28, 2024
Publication URL: To access bid details, please log in.
Follow
Gulf Islands National Seashore - Project MS NP GUIS 15(4)
Active
Contract Opportunity
Notice ID
693C73-24-SS-0005
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL HIGHWAY ADMINISTRATION
Office
693C73 EASTERN FED LANDS DIVISION
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 06, 2024 09:57 am EST
  • Original Response Date: Feb 28, 2024 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 28, 2024
  • 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:
    MS
    USA
Description

Federal Highway Administration



Eastern Federal Lands Highway Division



Sources Sought Announcement No. 693C73-24-SS-0005



Gulf Islands National Seashore Project MS NP GUIS 15(4)





SUBMITTAL INFORMATION





ISSUE DATE: February 6, 2024



DUE DATE FOR RESPONSES: February 28, 2024, 2:00 PM EST



SUBMIT RESPONSES TO: Mr. David Bogner at eflhd.contracts@dot.gov





SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT ONLY





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 shoulder paving and replacement of existing culverts on Park Road in the Davis Bayou area of the Gulf Islands National Seashore, Jackson County, MS.



The project consists of paving roadway shoulders and replacement of existing culvert at Davis Bayou and Park Road. The Scope of Work includes installation of a new boardwalk; maintaining a two-lane primary access road; micro surfacing; guardrail removal and replacement; minor drainage repairs; temporary and permanent traffic control; and other miscellaneous work. The project is located within the Gulf Islands National Seashore, Jackson County, Mississippi.



The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a fixed-firm price construction contract no earlier than October 2024. The cost of the entire project is estimated to be between $10,000,000.00 to $11,000,000.00.



QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Mr. David Bogner) no later than 2:00PM (EST) on February 28, 2024:





1. A positive statement of your intention to submit a bid as a Prime Contractor in response to the solicitation 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 milling and resurfacing, culvert replacement and other drainage work, guardrail replacement, and traffic control 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. 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.





7. 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-0005 for Project MS NP GUIS 15(4)” 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
  • Feb 06, 2024 09:57 am ESTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...DATE AWARD AMOUNT FUNDING SOURCE Bid Attachments Attachments ADAMS STREET DRAINAGE IMPROVEMENTS...

State Government of Mississippi

Bid Due: 6/07/2024

...AWARD AMOUNT FUNDING SOURCE Bid Attachments Attachments The University of Mississippi - SERVICE ...

State Government of Mississippi

Bid Due: 5/30/2024

...and for the construction of the certain Project designated as the "RIDGEWAY DRIVE ...

City of Tupelo

Bid Due: 5/23/2024

...and for the construction of the certain Project designated as the "ROBINS FIELD ...

City of Tupelo

Bid Due: 5/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.