Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2009 FBO #2603
SOURCES SOUGHT

Y -- WY PFH 126-1(1), Sage Creek Road

Notice Date
1/9/2009
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, Colorado, 80228
 
ZIP Code
80228
 
Solicitation Number
WY-PFH-26-1(1)
 
Archive Date
2/4/2009
 
Point of Contact
Brenda J McGehee,, Phone: 720-963-3353
 
E-Mail Address
brenda.mcgehee@fhwa.dot.gov
 
Small Business Set-Aside
N/A
 
Description
THIS ACTION IS BEING CONSIDERED FOR A TOTAL HUBZONE OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE. THIS IS NOT A SOLICITATION FOR BID. Prime Contractors who are HUBZone small businessesor Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation MUST submit the following by e-mail to CFLContracts@dot.gov or by telefax to 720-963-3360 (Attn: Brenda McGehee) for receipt by close of business (3:30 p.m. local Denver time) on January 20, 2009: (1) a positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (2) a copy of the letter from SBA stating date of HUBZone small business certification or, in the case of a Service-Disabled Veteran Owned small business concern, a letter of adjudication from the Veterans Administration; (3) letter from bonding agent stating your firms ability to bond to $3.5 million for single project and aggregate total; and (4) a description of work performed as a prime contractor on projects similar in type and scope of the work listed in THE PROJECT DETAILS below. All of the above must be submitted in sufficient detail for a decision to be made on capabilities of interested HUBZone or service disabled veteran-owned small business concerns. Failure to submit all information requested will result in a contractor being considered not interested in this solicitation. 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. All firms should be certified in the Online Representations and Certifications Application (ORCA) located at https://orca.bpn.gov/ A Qualified HUBZone SBC receiving a HUBZone contract for general construction must spend at least 50% of the cost of the contract incurred for personnel on its own employees or employees of other qualified HUBZone SBCs. This requirement may be met by expending at least 50% of the cost of the contract incurred for personnel on its employees or it may subcontract at least 35% of the cost of the contract performance incurred for personnel to one or more qualified HUBZone SBCs. A qualified HUBZone SBC prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUBZone SBCs. PROJECT DETAILS: This project will consist of precast concrete box culverts, grading, drainage and wetland mitigation on 0.28 miles of roadway on WY PFH 26-1(1), Sage Creek Road, in Medicine Bow National Forest, Carbon County, Wyoming. This is approximately 25 miles south of Rawlins, WY, on County Road 401 (extension of State Route 71). There is also an Option for an additional 0.17 miles of work approximately 15 miles south of Rawlins, WY on CR 401 (extension of SR 71) at Little Sage Creek. Estimated price range is between $1,000,000 and $3.5,000,000. Principal work items on the base schedule include: lump sum contractor testing; 5,490 ln ft of silt fence soil erosion control; 200 ln ft temporary diversion channel soil erosion control; 720 mgal of watering for dust control; lump sum removal of structures and obstructions; 7,390 cu yd of embankment construction; 2,440 tons of roadway aggregate; 2 concrete headwalls; 246 ln ft of pipe culvert (various size); 60 ln ft of triple barrel 8-foot span, 5-foot rise reinforced concrete box culvert; 1,200 cu yd of placing conserved topsoil; lump sum temporary traffic control signal system; 1,500 hours of flagger for traffic control; 4,100 cu yd of streambed material mitigation; along with associated survey and staking, clearing and grubbing, roadway aggregate, seeding, and traffic control devices.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ea0c23f4b0e3c0378471a276818cf545&tab=core&_cview=1)
 
Place of Performance
Address: Medicine Bow National Forest, 2468 Jackson Street, Laramie, Wyoming, 82070, United States
Zip Code: 82070
 
Record
SN01729787-W 20090111/090109221549-ea0c23f4b0e3c0378471a276818cf545 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.