Search Contract Opportunities

South-Atlantic Region IDIQ Contracts for Highway, Street, and Bridge Construction

ID: 693C73-25-SS-0001 • Type: Sources Sought

Description

Federal Highway Administration
Eastern Federal Lands Highway Division
Sources Sought Announcement No. 693C73-25-SS-0001
South-Atlantic Region Construction MATOC IDIQ

SUBMITTAL INFORMATION

ISSUE DATE: AUGUST 20, 2024
DUE DATE FOR RESPONSES: SEPTEMBER 19, 2024, 2:00 PM EDT
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 potential regional IDIQ contracts for highway, street, and bridge construction under NAICS code 237310 in the South-Atlantic region of the United States. The States within this region include, but are not limited to: North Carolina, South Carolina, Georgia, and Florida.

The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD) needs highway, street and/or bridge construction services with incidental design services for the South-Atlantic region of the United States. The type of work will vary but may include gravel or natural surface roadway and trail rehabilitation, asphalt concrete and Portland cement concrete pavement construction, asphalt concrete milling, pavement markings, embankment construction, debris removal, pipe and box culvert repairs or replacement, riprap placement, sign installation, embankment repairs using Mechanically-Stabilized Earth (MSE) walls, bridge repairs such as joint replacements, concrete deck repairs, abutment/pier and wingwall repairs or replacements, and smaller bridge replacements.

Eastern Federal Lands Highway Division (EFLHD) anticipates awarding multiple construction Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) no earlier than SEPTEMBER 2025. The combined maximum quantity to be ordered over the life of all awarded contracts is not to exceed $60,000,000. The combined maximum quantity (shared ceiling) for the MATOC contracts is calculated as the sum of all task order awards and task order modifications. Each MATOC IDIQ contract will be for a 5-year period (one base year plus four options).

QUALIFIED PRIME CONTRACTORS shall submit the following information by email to EFLHD.Contracts@dot.gov (Attn: Mr. David Bogner) no later than 2:00PM (EDT) on SEPTEMBER 19, 2024:

1. A positive statement of your intention to submit a proposal 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 website (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 concurrently perform multiple contracts or task orders to successfully complete scopes of work including but not limited to gravel or natural surface roadway and trail rehabilitation, asphalt concrete and Portland cement concrete pavement construction, asphalt concrete milling, pavement markings, embankment construction, debris removal, pipe and box culvert repairs or replacement, riprap placement, sign installation, embankment repairs using Mechanically-Stabilized Earth (MSE) walls, bridge repairs such as joint replacements, concrete deck repairs, abutment/pier and wingwall repairs or replacements, and smaller bridge replacements within the past 5 years, including a brief description of the project(s), 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-prot g 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. 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. 693C73-25-SS-0001 for South Atlantic Region Construction MATOC in the subject line of your email.

Background
The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD) is seeking to determine the availability and capability of qualified small businesses for potential regional Indefinite Delivery Indefinite Quantity (IDIQ) contracts for highway, street, and bridge construction in the South-Atlantic region of the United States. This includes states such as North Carolina, South Carolina, Georgia, and Florida.

The goal is to provide highway, street, and bridge construction services with incidental design services.

Work Details
The work will encompass a variety of construction tasks including: gravel or natural surface roadway and trail rehabilitation; asphalt concrete and Portland cement concrete pavement construction; asphalt concrete milling; pavement markings; embankment construction; debris removal; pipe and box culvert repairs or replacement; riprap placement; sign installation; embankment repairs using Mechanically-Stabilized Earth (MSE) walls; bridge repairs including joint replacements, concrete deck repairs, abutment/pier and wingwall repairs or replacements; and smaller bridge replacements.

Contractors must demonstrate their ability to perform at least 15% of the contract performance effort with their own workforce.

Period of Performance
The anticipated period of performance for each MATOC IDIQ contract will be 5 years, consisting of one base year plus four option years. The contracts are expected to be awarded no earlier than September 2025.

Place of Performance
The geographic locations for the projects will be within the South-Atlantic region of the United States, specifically including states such as North Carolina, South Carolina, Georgia, and Florida.

Overview

Response Deadline
Sept. 19, 2024, 2:00 p.m. EDT Past Due
Posted
Aug. 20, 2024, 8:29 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$10,000,000 - $50,000,000 (AI estimate)
Odds of Award
12%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
71% of obligations for similar contracts within the Federal Highway Administration were awarded full & open.
On 8/20/24 Eastern Federal Lands Highway Division issued Sources Sought 693C73-25-SS-0001 for South-Atlantic Region IDIQ Contracts for Highway, Street, and Bridge Construction due 9/19/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237310 (SBA Size Standard $45 Million) and PSC Y1LB.
Primary Contact
Name
David Bogner   Profile
Phone
None

Secondary Contact

Name
C. Shawn Long   Profile
Phone
None

Documents

Posted documents for Sources Sought 693C73-25-SS-0001

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought 693C73-25-SS-0001

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 693C73-25-SS-0001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 693C73-25-SS-0001

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL HIGHWAY ADMINISTRATION > 693C73 EASTERN FED LANDS DIVISION
FPDS Organization Code
6925-693C73
Source Organization Code
100185666
Last Updated
Dec. 20, 2024
Last Updated By
christopher.s.long@dot.gov
Archive Date
Dec. 19, 2024