Natchez Trace Parkway Drainage Improvements - NP-NATR 3N17 3H26 ETC

Agency:
State: Mississippi
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159428237353526
Posted Date: Oct 28, 2023
Due Date: Nov 1, 2023
Source: Members Only
Follow
Natchez Trace Parkway Drainage Improvements - NP-NATR 3N17 3H26 ETC
Active
Contract Opportunity
Notice ID
693C73-24-R-000004
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL HIGHWAY ADMINISTRATION
Office
693C73 EASTERN FED LANDS DIVISION
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 28, 2023 06:04 pm EDT
  • Original Published Date: Sep 11, 2023 06:43 pm EDT
  • Updated Response Date: Nov 01, 2023 02:00 pm EDT
  • Original Response Date: Nov 01, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 30, 2024
  • Original Inactive Date: Sep 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1LB - CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Choctaw , MS
    USA
Description

Proposals from all business concerns will be accepted for the Design-Build (D-B) solicitation of the Natchez Trace Parkway Drainage Improvements, Project No. NP-NATR 3N17 3H26 ETC, located in Attala, Choctaw, Leake, Madison, and Webster Counties in Mississippi, as Solicitation Number: 693C73-24-R-000004. Contract Award/Notice to Proceed is subject to availability of funds.



The project consists of the drainage improvements of the Natchez Trace Parkway (NATR) from milepost (MP) 121 to MP 204 including some parking areas. The work consists of design and installation of designated inlets and culverts, storm water management features, erosion and sediment control features including temporary stream diversions for culverts, repair/replacement of paved waterway adjacent to the roadway. pavement roadway reconstruction/rehabilitation with drainage/culvert improvements, miscellaneous drainage work in the bridges as identified in bridge scoping report, stabilizing erosion roadway slopes, and other miscellaneous work.



The work includes obtaining necessary environmental permits associated with drainage work, obtaining approval of the Erosion and Sediment Control Plans and SWM Plan, and other miscellaneous work.



The project will have one base schedule A. The design and construction cost for all the work schedules is estimated to be between $30,000,000 to $40,000,000.



The Eastern Federal Lands Highway Division (EFLHD), of the Federal Highway Administration (FHWA), in cooperation with the National Park Service (NPS) is conducting a “two steps” Design-Build (D-B) selection process. Solicitation documents for Step One, Request for Qualifications (RFQ), should be issued on or about September 25, 2023. Statements of Qualifications are due on November 1, 2023 at the EFLHD office in Ashburn, Virginia.



A selection committee will review and evaluate contractor qualifications and select the most highly qualified D-B firms/teams based on the established RFQ evaluation criteria to participate in Phase Two of this D-B selection process. During Phase Two, the short-listed firms/teams will be sent a Request for Proposal (RFP), which will outline the remainder of the process requirements.



Use Internet address www.sam.gov (click on Contract Opportunities, then type “693C73” in the Search Contract Opportunities box and click the search button and all available projects will be listed) to check for the availability of advertisement documents. All documents can be directly downloaded from this website. Solicitation documents will no longer be mailed. Register to receive email notifications to be automatically notified when a document is added or updated for a specific project. If firms do not register as an interested vendor at this website, there will be no Interested Vendors List.



Annual Representations and Certifications FAR 52.204-8 (Mar 2023). The Representations and Certifications must be completed online at www.sam.gov. The required annual Form VETS-4212 must also be completed online at http://www.dol.gov/vets/vets4212.htm per FAR 52.222-37.



Please send all questions concerning construction projects to eflhd.contracts@dot.gov. Include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. Requests for 'faxing' or overnight mailing will not be accepted.



IMPORTANT PAYMENT REQUIREMENT

In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in the System for Award Management (SAM) database at the time an offer is submitted. Also, FAR clause 52.232-33 requires SAM registration for payment. SAM registration is available online at the following Internet web address: www.sam.gov.



IMPORTANT SUBCONTRACTING PLAN REQUIREMENTS

Required from all "other than small business" when the requirement is expected to exceed $750,000 ($1,500,000 for construction) [FAR 19.702]. Contracting Officer, Contracting Officer’s Representative, and Small Business Specialist are responsible for approving a reasonable and realistic plan [FAR 19.705-4] [TAM 1219.201(e)(6)]. Legislated subcontracting goals [15 USC 644(g)(1)]: 45.25% - Small Businesses (SB), 5% - Small Disadvantaged Businesses (SDB), 5% - Women-Owned Small Business Entities (WOSB), 3% - HUBZone, 3% - Service-Disabled Veteran-Owned Small Businesses (SDVOSB). A copy of each subcontracting plan (or contractor statement that no subcontracts are to be awarded) must be provided to Eastern Federal Lands and approved by the Office of Small Disadvantaged Business Utilization prior to close of negotiations (or award of the IFB) [TAM 1219.705-5 and -6].



PLEASE NOTE

For security reasons, individuals requiring access to all government buildings must present a valid photo ID and be escorted to their destination by a Government employee. All visitors attending bid openings are urged to arrive at least 1 hour prior to a scheduled bid opening. All visitors must sign in at the main entrance of the Quantum Park facility and wait to be escorted by a Government employee to Eastern Federal Lands Highway Division (EFLHD) in Suite 200. Visitors must then register with the EFLHD Receptionist. A Government employee will collect all bids. Prior to the bid opening, a Government employee will escort all bidders to the bid opening. Unescorted visitors will be denied entry and no exceptions will be made.



Please Note:

This solicitation is a Request for Proposal (RFP). Therefore, there will not be a public bid opening and proposals are not available for review.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 22001 Loudoun County Parkway Suite E2-3-300
  • Ashburn , VA 20147
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >