Skip to content Login
NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

REALIGNMENT OF SOIL CONSERVATION ROAD


Synopsis - Feb 25, 2004

General Information
Solicitation Number: NNG-04-AZ09-R
Posted Date: Feb 25, 2004
FedBizOpps Posted Date: Feb 25, 2004
Original Response Date: N/A
Current Response Date: N/A
Classification Code: Z -- Maintenance, repair, and alteration of real property
NAICS Code: 237310 - Highway, Street, and Bridge Construction

Contracting Office Address
 
NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771

Description
 
NASA/Goddard Space Flight Center (GSFC) is seeking Capability Statements from interested small business contractors for the Realignment of Soil Conservation Road project. The project includes construction of a new 2.2 km (1.3 mile) 2-lane asphalt road through GSFC campus; new 0.6 km (0.4 mile) upgrade to Good Luck Road (a Prince Georges County collector road) from 2-lane to 4-lane, with curb and gutter, sidewalk, streetlights, and trees; Installation of four minor asphalt 2-lane connecting roads of approximately 0.4 km (.3) mile total length; one new (NASA) signalized intersection; one new (Prince Georges County) signalized intersection; reconstruction of one existing (State) signalized intersection; reconstruction of one parking lot; three to five new storm water management ponds; one non-tidal wetlands mitigation area; two new perimeter guardhouses; work includes sediment and erosion control, grading, earthwork, road base and paving, sidewalk, electrical feeders, traffic signalization, streetlights, storm drainage, resetting of utilities, communication poles, fencing, striping, signage, maintenance of traffic, work in non-tidal wetlands, buffers, and waters of U.S. stream channels, and other incidental work. Company will be required to coordinate work with Maryland State Highway Administration (MSHA); Prince Georges County Department of Public Works & Transportation (PGDPW&T;); Maryland Department of Environment (MDE); Maryland Department of Natural Resources (MDNR); U.S. Army Corps of Engineers (USACE); Baltimore Gas & Electric (BGE); Verizon; Washington Gas (WG); and Washington Suburban Sanitary Commission (WSSC).

Companies are required to provide 4 copies of the Capability Statement addressing relevant experience and past performance for his/her firm, joint venture, partnership and subcontractors as it relates to this project to include your capability to perform the projected work. Data requirements shall be the same for all companies. Information shall be for a minimum of three projects (or portion thereof for subcontractors), that are similar in scope and complexity to this project, and have occurred within the past four years. Reference information shall include a brief description, dollar amount, name, address, point of contact, and telephone number. All positive and negative comments, criticisms and ratings, as well as awards received for these projects shall be addressed.

Past performance information consists of two general areas of data, (i) General Business Background and (ii) Specific performance information. For General Business Background the following should be addressed: name of business/division; form of legal organization and year established; principal officers and organization chart; potential, on-going, or completed litigation; and Government findings or sanctions at any level. For specific performance information provide a listing of all state, local, federal or commercial contracts for the same or similar nature currently ongoing, performed or completed during the last six years. Contract information should include the contract number, date, agency, point of contact and phone number, dollar value (both at time of award and as of last modification), contract type, location, period of performance or scheduled delivery dates, description of scope or work, current status of performance; description of actual/potential litigation, and list of key subcontractors.

In addition please include a list of company owned equipment including name, function, age (i.e., Ford F-150, 10 CY dump truck, 7 years); work that will be performed on this project with company personnel and equipment; number of personnel having MDE Responsible Personnel Certification for Erosion and Sediment Control; number of full-time personnel (office and field personnel and trade or position); number of jobs normally working concurrently.

This is a Sources Sought synopsis. Award for this project is anticipated to be September 2004. NAICS code for this project is 237310. The size standard for this code is $28,500,000. The estimated magnitude for this requirement is between $5,000,000 and $10,000,000. Bonding requirements for this project will be $8,000,000 and will be required to include DPW&T;, MSHA and WSSC as beneficiary of their portion of the bond. The Contractor will be required to perform on the site, and with its own organization, work equivalent to at least 15% of the total amount of work to be performed under the contract. This requirement is a 100% Small Business Set-aside.

Interested companies are invited to attend an Industry Day at NASA/Goddard Space Flight Center located in Greenbelt, MD on 4 March 2004, 10:00 AM at the Visitor Center. (Visitor Center is located outside the gate on Soil Conservation Road) As a result of Industry Day, revisions to Capability Statements will be allowed through 11 March 2004, 3:00 PM (Eastern Standard Time).

The information contained herein is for planning purposes and does not constitute an invitation for bid or a request for proposal. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.


Point of Contact
Name:Andrea G. McClendon
Title:Contracting Officer
Phone:(301) 286-7975
Fax:(301) 286-0247
Email:Andrea.G.McClendon@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE