NASA Wallops Island Causeway Bridge Project VA ST NASA 1(9)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Presolicitation (Original)
- Original Published Date: Jun 06, 2023 06:13 pm EDT
- Original Response Date: Aug 01, 2023 02:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Aug 01, 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: VAUSA
Description
Proposals from all business concerns will be accepted for the Design-Build (D-B) solicitation of the NASA Wallops Island Causeway Bridge over Cat Creek, Project No. VA ST NASA 1(9), located on National Aeronautics and Space Administration’s (NASA) Wallops Flight Facility in Accomack County, Virginia, as Solicitation Number 693C73-23-R-000023. Contract Award/Notice to Proceed is subject to availability of funds.
The project consists of the design and replacement of the existing Wallops Island Causeway Bridge over Cat Creek, on NASA’s Wallops Flight Facility in Accomack County, Virginia. This structure is owned by NASA and provides the only vehicular access to the NASA Goddard Space Flight Center's Wallops Flight Facility on Wallops Island. The existing bridge will be replaced with a concrete bridge approximately 1,950 feet long, built on new foundations constructed to the north and adjacent to the existing bridge. The replacement bridge is approximately 40 feet wide. The project is in an inner-coastal zone floodplain with floods influenced by tidal and storm surges.
The project will include constructing a new bridge, new approaches, and demolishing the existing bridge without impacting NASA and other local partner missions. Access to the island must be maintained during construction to minimize traffic interruptions, especially during mission launches and delivery of mission hardware and heavy equipment. The project design and construction will also include the preparation of any required design documents for design waivers and/or exceptions, and obtaining required permits for the construction of the project.
The project will be split into two work schedules/contract options. The design and construction cost for all the work schedules is estimated to be between $70,000,000 to $80,000,000.
The Eastern Federal Lands Highway Division (EFLHD) of the Federal Highway Administration (FHWA), in cooperation with NASA is conducting a “two-phased” Design-Build (D-B) selection process. Solicitation documents for Phase One, Request For Qualifications (RFQ), should be issued on or about June 21, 2023. EFLHD and NASA will hold an optional organized site visit on June 29, 2023, and details will be provided in the RFQ in addition to the information below. A list of attendees for the optional organized site visit are due a week beforehand. Statements of Qualifications are due on August 1, 2023, at the EFLHD office in Ashburn, Virginia.
A selection committee will review and evaluate contractor qualifications and select up to 3 of 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 are 43% - 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
This solicitation is a Request for Proposal (RFP). Therefore, there will not be a public bid opening and proposals are not available for review. Offerors are encouraged to submit SOQs during Phase One and any subsequent proposals during Phase Two electronically per the instructions provided in the solicitation.
Optional Site Visit:
Date: June 29, 2023
The number of attendees for each offeror is limited to four (4). Participants will meet at Wallops Flight Facility Badging Office, Atlantic Rd, Wallops Island, VA 23337. Participants are required to have Government issued driver’s license, work boots, hard hats, and high visibility safety vests. Participants should also be aware of hazardous site conditions and take appropriate precautions.
Names (first, middle, and last), title, telephone number, e-mail address, and US Citizenship is required for each attendee. Send request and information to EFLHD.contracts@dot.gov with a subject heading of “VA ST NASA 1(9) NASA Wallops Island Causeway Bridge over Cat Creek.” Requests must be received no later than 2:00 p.m. (Eastern Time) on June 22, 2023. Site Visit point of contact is not available for answering any questions.
Attachments/Links
Contact Information
Contracting Office Address
- 22001 Loudoun County Parkway Suite E2-3-300
- Ashburn , VA 20147
- USA
Primary Point of Contact
- Shirley A. Anderson
- EFLHD.Contracts@dot.gov
Secondary Point of Contact
- C. Shawn Long
- EFLHD.Contracts@dot.gov
History
- Aug 03, 2024 12:00 am EDTPresolicitation (Updated)
- Jul 31, 2023 06:49 pm EDTPresolicitation (Updated)
- Jul 31, 2023 06:41 pm EDTPresolicitation (Updated)
- Jul 21, 2023 07:01 pm EDTPresolicitation (Updated)
- Jul 19, 2023 04:28 pm EDTPresolicitation (Updated)
- Jul 19, 2023 04:05 pm EDTPresolicitation (Updated)
- Jul 17, 2023 04:10 pm EDTPresolicitation (Updated)
- Jun 28, 2023 07:25 pm EDTPresolicitation (Updated)
- Jun 22, 2023 06:50 pm EDTPresolicitation (Updated)
- Jun 06, 2023 06:13 pm EDTPresolicitation (Original)