Skip to main content

An official website of the United States government

You have 2 new alerts

Landslide Repairs to Roadways in Ciales, Corozal, and Orocovis, Puerto Rico

info alert

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: Solicitation (Updated)
  • Updated Published Date: Jun 08, 2023 04:00 pm EDT
  • Original Published Date: Apr 14, 2023 12:49 pm EDT
  • Updated Date Offers Due: Jun 13, 2023 02:00 pm EDT
  • Original Date Offers Due: May 16, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 13, 2023
  • Original Inactive Date: Aug 14, 2023
  • 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:
    PR
    USA

Description

Sealed bids from certified Small Business Concerns only will be accepted for Project PR ER DOT PRMNT RPR (12), Landslide Repairs in Ciales, Corozal, and Orocovis, Puerto Rico, Solicitation Number 693C73-23-B-000010, located in the municipalities of Ciales, Corozal, and Orocovis, Puerto Rico.  The project consists of repairing damage caused by Hurricanes Irma and Maria on PR-5568, Kms 0.7 and 0.8; PR 568 Km 25.85; PR-157, Kms 1.2, 10.4, 16.4, and 21.3; PR-155, Km 30.1 – 30.2; and PR-156, Kms 3.6, 4.4, 6.3-6.4, and 3.7-3.8. The work includes embankment reconstruction, reinforced soil slope systems construction, gabion walls, drainage systems installation, concrete retaining wall, sheet pile wall, and soldier pile retaining wall, milling and overlay, pavement reconstruction, pavement markings, removal and replacement of guardrails, signage, temporary traffic control, and other miscellaneous work. The project will be split into multiple work schedules/contract options, with the cost of the entire project expected to to be within the price range of $10,000,000 to $20,000,000.

Schedule B (Government Option 1) cannot be executed until the telecommunication and cable utility endorsements for AC-858579 (HWY-267, 270, 271, 273, 275) have been received.  Schedule C (Government Option 2) cannot be executed until the telecommunication and cable utility endorsements for AC-810579 (HWY-281 and 285) have been received.

Bid documents should be issued on or about April 14, 2023.  Bid due date and location will be specified on the SF 1442, Block 13a of the Solicitation.

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.

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.  Bidders are encouraged to submit bids electronically per the instructions provided in the solicitation.

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