SOURCES SOUGHT
Y -- CA PRA/NPS YOSE PRES 1(11), Yosemite National Park Pavement Preservation
- Notice Date
- 11/16/2010
- 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
- CA-PRA-NPS-YOSE-PRES-1(11)
- Archive Date
- 12/8/2010
- Point of Contact
- Craig Holsopple, Phone: 720-963-3350
- E-Mail Address
-
craig.holsopple@fhwa.dot.gov
(craig.holsopple@fhwa.dot.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED TOTAL HUBZONE, 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 April 21, 2010: (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 $10.0 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects involving chip seal, micro surfacing, pavement patching and crack filling. 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: CA PRA/NPS YOSE PRES 1(11), Yosemite National Park Pavement Preservation Project Details: This project provides pavement preservation of the paved surfaces in El Portal, Yosemite Valley, and Glacier Point located in Yosemite National Park. Yosemite National Park is located in Mariposa County of California. The Project is broken into one Schedule and one Option to provide flexibility. Schedule A includes all of El Portal and Yosemite Valley. Schedule A includes approximately 59,000 square yards of single layer chip seal, 272,000 square yards of micro-surfacing, 253,000 square yards of ultra-thin bonded wearing course, and 2,500 square yards of pavement patching. This patching will be at locations designated by the Project Engineer. Option X includes the work along Glacier Point Road in Yosemite National Park. The work includes 79,000 square yards of single chip seal, 58,000 square yards of double chip seal, 55,000 square yards of micro-surfacing, 69,000 square yards of ultra-thin bonded wearing course, and 150 square yards of pavement patching. The preservation treatments being use are chip seals, modified slurry seals and ultra-thin bonded wearing course. Other construction applications used on a lesser scale are pavement patching, crack sealing and pavement markings. It is anticipated that this project will be advertised in January, 2011 with construction occurring from late April to late September, 2011. Estimated cost for the base schedule and both options is $5.0 to $10.0 million. Confidentiality of Submissions Respondents who provide data or information in response to this request for information (RFI) that they do not want disclosed to the public, for any purpose, are encouraged to mark their submissions (or portions of their submissions) accordingly. Material submitted in response to this RFI that is marked "proprietary" or "confidential" and that otherwise constitutes commercial or financial information that is privileged or confidential, pursuant to 5 U.S.C. § 552(b)(4), will be treated in accordance with FHWA Notice 1320.6 ("Freedom of Information Act - Predisclosure Notification to Submitters of Confidential Commercial Information" - September 28, 1990), which may be found at the following link: http://www.fhwa.dot.gov/legsregs/directives/notices/n1320.htm. This restriction does not limit the Government's right to use information contained in the data if it is obtainable from another source without restriction. At such time as the Federal Highway Administration no longer has need to retain such marked material, it will be destroyed in a secure manner.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-PRA-NPS-YOSE-PRES-1(11)/listing.html)
- Place of Performance
- Address: Yosemite National Park, El Portal, California, 95318, United States
- Zip Code: 95318
- Zip Code: 95318
- Record
- SN02328406-W 20101118/101116234457-4163397b30dc3101e09c1a34784bebe9 (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 |