Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
SOURCES SOUGHT

Y -- NV PFH 31(1), Lamoille Canyon Road

Notice Date
8/18/2009
 
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
LAMOILLE-CANYON-ROAD
 
Archive Date
9/10/2009
 
Point of Contact
Craig Holsopple, Phone: 720-963-3350
 
E-Mail Address
craig.holsopple@dot.gov
(craig.holsopple@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR BID – PLANS AND SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED TOTAL HUBZONE, 8(A) SMALL BUSINESS, OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES TO SET THIS PROJECT ASIDE. (Details Below). Prime Contractors who are HUBZone small businesses, 8(a) small businesses, or 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@fhwa.dot.gov or by telefax to 720-963-3360 (Attn: Craig Holsopple) for receipt by close of business (3 p.m. local Denver time) on August 26, 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 acceptance to the 8(a) small business program. In the case of a Service Disabled Veteran Owned Small Business Concern, you must provide proof of eligibility (DD form 214 or a letter of adjudication from the Veterans Administration). This information must be provided in order to determine eligibility – DO NOT SEND COPIES OF YOUR CCR PROFILE; (3) letter from bonding agent stating your firm’s capability to bond for a single project of $5.0 million, and your firm’s aggregate bonding capacity; and (4) Provide a list of road construction projects involving pulverization, asphalt concrete pavement, drainage improvements, and culverts. State whether your firm was the prime contract or subcontractor on the project. DO NOT SEND INFORMATION ON PROJECTS THAT DO NOT INCLUDE THE ABOVE WORK. 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: The project is located 20 miles southeast of Elko, Nevada. The work consists of resurfacing, restoration and rehabilitation of the route. The work is divided in to three schedules of varying length. Schedule A extends for a length of 1.8 miles from the intersection with SR 227. Schedule B extends for a length of 5.02 miles from the intersection with SR 227. Schedule C extends for a length of 12.06 miles from the intersection with SR 227. Schedules A and B will include pulverization of the existing surface and an overlay of HACP. Schedule C includes the work under Schedule B with the additional project length to be surface treated. In addition to the schedule work, five options are to be bid. Four of the options include elements of drainage improvements along the route including replacement of the culvert crossing for Lamoille Creek near the end of the Schedule C construction. The final option includes surface treatment of the Roads End Parking Area. It is anticipated that this project will be advertised in October with construction from May to October, 2010. Estimated cost $2.0 to $5.0 million
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/LAMOILLE-CANYON-ROAD/listing.html)
 
Place of Performance
Address: Elko, Nevada, 89801, United States
Zip Code: 89801
 
Record
SN01916414-W 20090820/090819001014-b91220b8a0bcdcd4cbe44021b8e055e4 (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.