MD NP GWMP 6(2) - Design-Build Construction Project - Replacement of the Clara Barton Parkway Cantilever Structure

Agency: TRANSPORTATION, DEPARTMENT OF
State: Maryland
Type of Government: Federal
FSC Category:
  • Y - Construction of Structures and Facilities
NAICS Category:
  • 237310 - Highway, Street, and Bridge Construction
Posted Date: May 27, 2025
Due Date: Jun 26, 2025
Solicitation No: 693C73-25-SS-0008
Original Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
MD NP GWMP 6(2) - Design-Build Construction Project - Replacement of the Clara Barton Parkway Cantilever Structure
Active
Contract Opportunity
Notice ID
693C73-25-SS-0008
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL HIGHWAY ADMINISTRATION
Office
693C73 EASTERN FED LANDS DIVISION
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: Sources Sought (Original)
  • Original Published Date: May 27, 2025 02:25 pm EDT
  • Original Response Date: Jun 26, 2025 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    MD
    USA
Description

Federal Highway Administration

Eastern Federal Lands Highway Division

Sources Sought Announcement No. 693C73-25-SS-0008

Replacement of Clara Barton Parkway Cantilever Structure

MD NP GWMP 6(2)





SUBMITTAL INFORMATION:



ISSUE DATE: MAY 27, 2025

DUE DATE FOR RESPONSES: JUNE 26, 2025 2:00 PM EST

SUBMIT RESPONSES TO: Mr. John Daly 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 sources for the design-build construction project for the replacement of Clara Barton Parkway cantilever structure and rehabilitation of retaining walls. The project is located in the Town of Glen Echo, Cabin John and Brookmont in Montgomery County, Maryland. This project is intended to address deteriorating cantilever structure and retaining walls to improve functionality, longevity, and safety of the roadway.



The project consists of removal and replacement of approximately 1,400 LF of cantilever structure and rehabilitation of retaining wall underneath the cantilever structure that supports the cantilever structure and the fill section of westbound Clara Barton Parkway. The project also includes rehabilitation of approximately 2,100 LF of total retaining wall sections adjacent to the cantilever structure. The project also includes design work necessary to complete the construction of the cantilever replacement, retaining wall rehabilitation, roadway widening, drainage system, and other miscellaneous work, implementation of Transportation Management Plan, and obtaining all permits and approvals required for construction.



The work will be split into bid schedules as follows:



o Base Schedule – Replacement of approximately 1,400 LF of Clara Barton Parkway Cantilever structure and rehabilitation of retaining wall underneath the cantilever.

o Option 1 – Rehabilitation of adjoining retaining wall sections of the cantilever structure - east (approximately 1,800 LF) and west (approximately 300 LF).



The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one construction contract no earlier than August 2026. The cost of the entire project is estimated to be between $90,000,000 and $120,000,000.





QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Mr. John Daly) no later than 2:00PM (EST) on JUNE 26, 2025:



1. A positive statement of your intent to submit a proposal as a Prime Contractor for the solicitation when it is issued.



2. Provide your full business name, address, point of contact, phone number, e-mail address, and website (if any). If a member of a joint venture (JV), include relevant information from both members of the JV. Please also include the same information for the A-E design firm you intend to work with on this project.



3. Provide your Unique Entity ID and Commercial and Government Entity (CAGE) Code; if a member of a mentor-protégé agreement with the SBA, please provide information on both members.



4. Identify your firm’s size standard under NAICS code 237310; Highway, Street and Bridge Construction ($45 Million). All firms shall 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.



5. Identify all applicable classifications for your firm such as: large business, small business; woman-owned small business; 8(a) small business; small-disadvantaged business; HUBZone small business; service-disabled veteran-owned small business; etc. 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), include relevant information from both members of the JV.



6. Please provide a letter from your bonding agent stating your firm’s current maximum performance and payment bonding capacity for a single project and aggregate bonding capacity.



7. Are you willing to enter into and submit a Project Labor Agreement (PLA) prior to any potential contract award if your firm is determined to be the apparent successful offeror? Please explain.



The project labor agreement must meet the requirements of Executive Order 14063 and the policies and procedures of FAR Subpart 22.5 – Use of Project Labor Agreements for Federal Construction Projects: When awarding large scale construction projects (>$35 million), federal agencies shall require the use of project labor agreements for contractors and subcontractors engaged in construction on the project unless an exception at FAR Part 22.504(d) applies as determined by the agency’s Senior Procurement Executive.



8. The government considers this project to be specialized construction. Do you believe the project can only be completed by a limited pool of contractors or subcontractors? Please explain.



9. Please provide any information about availability of relevant unions, unionized and non-unionized contractors in the project area.



10. Is there any other information you would like the government to consider regarding a Project Labor Agreement for this solicitation?



11. Offeror's capability to successfully perform a design-build construction contract of this magnitude and complexity 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.



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, and dollar value of project. If a member of a joint venture, the offeror should include relevant information from both members of the JV.



RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 5 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. 693C73-25-SS-0008 for Project MD NP GWMP 6(2)” in the subject line of your email.


Attachments/Links
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
  • May 27, 2025 02:25 pm EDTSources Sought (Original)
* Disclaimer: This website provides information about bids, requests for proposals (RFPs), or requests for qualifications (RFQs) for convenience only and does not serve as an official public notice. Individuals who wish to respond to or inquire about bids, RFPs, or RFQs should contact the relevant government department directly.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

ID: BPM051978 Title: BC-235-201-003 Joseph D. Carter Elevators Upgrades Status: Open Due /

State Government of Maryland

Bid Due: 8/11/2025

ID: BPM051939 Title: South Island Trail Phases 3 & 2B Construction Status: Open

State Government of Maryland

Bid Due: 8/01/2025

ID: BPM051386 Title: HT-3023-0000 Baltimore Harbor Tunnel Facility-Wide Signing Upgrades Status: Open Due

State Government of Maryland

Bid Due: 7/21/2025

ID: BPM052197 Title: 2026-17 Design/Build - Elevator Modernization at North Hagerstown High School

State Government of Maryland

Bid Due: 8/21/2025