Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
MODIFICATION

Y -- AZ PRA GRCA 12(7) MATHER POINT IMPROVEMENTS

Notice Date
8/19/2009
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering 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
MATHER-POINT-IMPROVEMENTS
 
Archive Date
9/10/2009
 
Point of Contact
Craig Holsopple, Phone: 7209633350
 
E-Mail Address
craig.holsopple@fhwa.dot.gov
(craig.holsopple@fhwa.dot.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS – PLANS AND SPECIFICATIONS ARE NOT AVAILABLE. THIS AMENDMENT IS FOR THE PURPOSE OF CLARIFYING THAT WE ARE SOLICIITING INTEREST ONLY FROM QUALIFIED 8(A) FIRMS. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED TOTAL 8(A) SMALL BUSINESS, TO SET THIS PROJECT ASIDE. (Details Below). Prime Contractors who are 8(a) small businesses who intend to submit a bid for this solicitation MUST submit the following by e-mail to CFLContracts@fhwa.dot.gov or by fax 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 acceptance to the 8(a) small business program. 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 $7 million, and your firm’s aggregate bonding capacity; and (4) Provide a list of construction projects that demonstrate the following; o Experience with building stone masonry walls, dry stack walls, and stone landmark features in culturally sensitive areas such as National Parks. o Experience with excavations along a canyon rim or on very steep slopes where rock conditions can vary between bedrock and very unstable, loose rock, and where fall protection is required. o Experience with lifting and setting heavy rock features that require engineered foundations/footings. o Experience in working in a National Park with high visitation during work (2 million visitors over period of the contract). o Experience constructing small, single floor, slab on grade buildings (less than 1000 square feet). State whether your firm was the prime contractor 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/ PROJECT DETAILS: The project is located at the South Rim of Grand Canyon National Park, approximately 60 miles north of Williams, AZ and 80 miles northwest of Flagstaff, AZ. This project is for the site improvements to the Canyon View Information Plaza and the Mather Point overlook at Grand Canyon National Park. This phase will require construction of a stone landmark feature, stone amphitheater, restroom building, concrete shuttle bus stop, and Mather Point overlook improvements. The project also includes minor drainage improvements and construction of asphalt and concrete trails throughout the site. The contractor for this project will be required to incorporate boulders and rocks consistent with the total overall theme for the Mather Point area. The contractor for this project will be required to work with an artist in the placement of the stones for both the landmark feature and the amphitheater. The structure for the amphitheater will consist of an earth and fill faced with large boulders that serve as character elements and seating. The contractor for this project will also be required to place specific signature boulders to develop the appropriate design character for the site. The Mather Point Overlook improvements will consist of reconstruction of the concrete walking stair near its current location and will include new hand railings along the canyon rim. A major element of the project will be constructing an accessible concrete trail along the canyon rim, from the existing rim trail down to the Mather Point Overlook. The trail construction will include stone walls and railings along the canyon rim and also may include rock excavation. The contractor for this project will also be required to bring the overlook surface up to ABAAS standards without degrading the natural Kaibab limestone bedrock and maintaining the integrity of the experience for the visitor. The estimated cost of this project is between $4 and $7 million. The anticipated advertisement date for the project is mid October 2009. Construction period is anticipated to be from spring to fall of 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/MATHER-POINT-IMPROVEMENTS/listing.html)
 
Place of Performance
Address: Grand Canyon National Park, Grand Canyon, Arizona, 86023, United States
Zip Code: 86023
 
Record
SN01917682-W 20090821/090820000334-bd01e00496f2451c0cdad0561cddb152 (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.