Similar Projects
Walters State Community College Sevier County Renovations
Renovation
Conception
$800,000 est. value
TN

Staybridge Suites / Sevierville
New Construction, Infrastructure
Conception
$24,200,000 CJ est. value
Sevierville, TN 37862

Site Grading for Water Storage Tank
Infrastructure
Bidding
$400,000 CJ est. value
Sevierville, TN 37876

Water Line Extension for Jones Cove Road Area
Infrastructure
Bidding
$500,000 CJ est. value
Sevierville, TN 37876

Bridges Rehabilitation
Post-Bid
Sevierville, TN 37862

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

Paving, Concrete, Striping and Pavement Markings
Term Contract
Results
Pigeon Forge, TN

Ductile Iron Pipe
Infrastructure
Results
Gatlinburg, TN

Cambria Hotel / Pigeon Forge
New Construction, Infrastructure
Pending Verification
$27,000,000 CJ est. value
Pigeon Forge, TN 37863

Cambria Hotel / Pigeon Forge
New Construction, Infrastructure
Pending Verification
$27,000,000 CJ est. value
Pigeon Forge, TN 37863

Wilderness Resort Indoor Waterpark Expansion
Addition, Infrastructure
Conception
$1,000,000 CJ est. value
Sevierville, TN 37876

Parkway (US 441) Traffic Signal Project
Infrastructure
Bidding
$2,000,000 CJ est. value
Gatlinburg, TN 37738

Northview Baseball and Softball Fields
New Construction
Post-Bid
TN

Gatlinburg Golf Course Irrigation and Drainage Renovation
Infrastructure, Alteration
Results
Pigeon Forge, TN 37863

Mills Park Village
New Construction, Infrastructure
Pending Verification
$16,000,000 CJ est. value
Gatlinburg, TN 37738

Last Updated 10/07/2022 03:32 AM
Project Title

RFQ D/B - Great Smoky Mountains National Park Project TN NP GRSM 11(5)

Physical Address View project details and contacts
City, State (County) Gatlinburg, TN 37738   (Sevier County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Bridge, Maintenance, Paving/Reconstruction, Shoreline/Erosion/Drainage, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected November 2023
Bids Due View project details and contacts
Estimated Value $35,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Federal Highway Administration Eastern Federal Lands Highway Division Sources Sought Announcement No. 693C73-23-SS-0001 Great Smoky Mountains Project TN NP GRSM 11(5) SUBMITTAL INFORMATION ISSUE DATE: October 4, 2022 DUE DATE FOR RESPONSES: October 27, 2022, 2:00 PM EST SUBMIT RESPONSES TO: C. Shawn Long at eflhd.contracts@dot.gov SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT 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 the proposed design/build project to reconstruct the Wiley Oakley Cross Over Bridge with a new flyover bridge, constructing on/off ramps, and improving the acceleration and deceleration lanes along the Gatlinburg Spur Road in Sevier County, Tennessee. The project will include removing the existing at-grade Wiley Oakley Drive Crossover Bridge and constructing a new grade-separated interchange overpass (flyover) bridge, construction of on/off ramps, improvement of Gatlinburg Spur Road northbound/southbound acceleration and deceleration lanes, and intersection improvements at Wiley Oakley Drive/Westgate Resort Road and Wiley Oakley Drive/Banner Road. Additional work includes constructing a small retaining wall approximately 30 to 40 feet long and 5 to 7 feet high, constructing new storm drainage (inlets, culverts, and end/headwalls), relocating utilities, right-of-way coordination, and temporary traffic control and other miscellaneous work. All bridge abutment walls, retaining walls, end/headwalls, etc. will have a stone masonry veneer. The project design and construction will also include the preparation of any required design documents for design waivers and/or exceptions, and obtain required permits for construction of the project. The work will be split into bid schedules as follows: o Schedule A will include all the work associated to the new bridge, including ramps and approaches. o Schedule B will include utility relocation work. o Schedule C will include the existing bridge demolition. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one construction contract no earlier than October 2023. The cost of the entire project is estimated to be between $25,000,000 to $35,000,000. QUALIFIED PRIME CONTRACTORS who are certified SMALL BUSINESS CONCERNS ONLY shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: C. Shawn Long) no later than 2:00PM (EST) on October 27, 2022: 1. A positive statement of your intention to submit a bid for the solicitation as a Prime Contractor containing your full business name, address, point of contact, phone number, e-mail address, and web site (if any). If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. 2. Your firm's size standard under NAICS code 237310; Highway, Street and Bridge Construction ($39.5 Million). All firms should be certified and registered under the NAICS code 237310 in the System for Award Management (SAM) located at https://www.sam.gov/ at the time an offer is submitted in response to any solicitation. If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. 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; SDVOB 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. DO NOT SEND COPIES OF YOUR SAM PROFILE. 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. If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. 4. Offeror's ability to perform at least 15% of the cost of contract performance effort with its own workforce. 5. Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 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 (JV), the offeror should include relevant information from both members of the JV. 6. Offeror's experience within the past 5 years in constructing multi-span curved steel/concrete bridges with large skew angle (over 40 degrees skew). Include 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 (JV), the offeror should include relevant information from both members of the JV. 7. Offeror's experience within the past 5 years in constructing cast-in-place post-tensioned multi-span box girder bridges. Include 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 (JV), the offeror should include relevant information from both members of the JV. 8. Offeror's experience within 5 years in placing Latex Modified Concrete (LMC) or Polyester Polymer (PPC) Concrete overlays on concrete bridge decks. Include 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 (JV), the offeror should include relevant information from both members of the JV. 9. Offeror's experience within 5 years in constructing multi-span bridges over sensitive areas, such as bodies of water, using containment systems to protect the water bodies against contamination from construction debris, sediment, and discharges of oil and other fluids from the work zone. Include 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 (JV), the offeror should include relevant information from both members of the JV. 10. Offeror's experience in maintenance of temporary traffic control during construction on roadways with Annual Average Daily Traffic (AADT) over 25,000 in each direction, including a brief description of the project, how was impact to traffic minimized and how public safety was managed, 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. 11. Offeror's experience relocating utilities using horizontal direction drilling, 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 (JV), the offeror should include relevant information from both members of the JV. 12. 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, obtaining environmental permits related to the project, and dollar value of project. If a member of a joint venture, the offeror should include relevant information from both members of the JV. 13. Commercial and Government Entity (CAGE) Code and Unique Entity ID; if a member of a joint-venture (JV) or mentor-protege agreement with the SBA, please provide information on both members of the JV. 14. Please provide your current per contract and aggregate bonding capacities. RESPONSES TO THIS SOURCE SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 10 PAGES, single-spaced, with font size 12 or larger using Times New Roman or Arial. 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. 693C73-23-SS-0001 for Project TN NP GRSM 11(5)" in the subject line of your email. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 01 - General Requirements, Vehicular Access and Parking, Traffic Control, Temporary Barriers and Enclosures.
Division 03 - Concrete, Concrete Reinforcing, Precast Structural Concrete.
Division 05 - Metals, Structural Steel Framing, Structural Steel for Bridges, Steel Joist Framing, Steel Joist Girder Framing.
Division 07 - Thermal and Moisture Protection, Expansion Control.
Division 09 - Finishes, High-Performance Coatings.
Division 10 - Specialties, Signage, Traffic Signage.
Division 26 - Electrical, Exterior Lighting, Lighting Poles and Standards, Roadway Lighting.
Division 31 - Earthwork, Embankments, Erosion and Sedimentation Controls, Earthwork Methods, Slope Protection, Gabions, Riprap, Special Foundations and Load-Bearing Elements, Driven Piles.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Retaining Walls.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Storm Drainage Utilities, Ponds and Reservoirs.
Division 34 - Transportation, Operation and Maintenance of Transportation, Bridges.
Division 35 - Waterway and Marine Construction, Shoreline Protection, Waterway Construction and Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents