SOURCES SOUGHT
Y -- UT PFH 29-1(1), Beaver to Junction
- Notice Date
- 4/27/2011
- 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
- UT-PFH-29-1(1)
- Archive Date
- 5/19/2011
- Point of Contact
- Craig Holsopple, Phone: 7209633350
- E-Mail Address
-
craig.holsopple@dot.gov
(craig.holsopple@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 May 4, 2011: (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 $15.0 million, and your firm's aggregate bonding capacity; and (4) Provide a list of similar value road construction projects including roadway excavation (including rock blasting), mechanically stabilized earth wall, water penstock relocation, drainage, aggregate base, paving, safety improvements, survey, erosion control, permanent and temporary traffic control, and revegetation. 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 : UT PFH 29-1(1) Beaver to Junction Location: This project is located on Utah State Route 153 (SR-153) 12.3 miles east from the junction with State Route 160 (SR-160) in Beaver, Utah. The project proceeds for 1.9 miles east to milepost 14.2 near the Merchant Valley Dam. The Project is broken into one Schedule and two Options. Significant items and quantities: Project will involve the full reconstruction of 1.9 miles of roadway including excavation (anticipate including rock blasting), retaining walls, water penstock relocation, drainage, paving, safety improvements, survey, erosion control, permanent and temporary traffic control, and revegetation. Major approximate quantities include: •- 130,000 cuyd of Roadway Excavation •- 3,350 cuyd of Rock Buttress •- 1,440 sqyd of Rockery Wall •- 42,400 sqft of Mechanically Stabilized Earth Wall •- 520 sqyd of Soil Nail Wall •- 43,100 sqyd of 6" Aggregate Base •- 6,000 tons of HACP Pavement •- 16,000 sqyd of Wire Mesh Draped Rockfall Protection •- 1,3000 sqyd of Cable Net Draped Rockfall Protection Full road closures will be allowed in 2012 from June to September. Otherwise work will be performed under short term closures (two 4-hour closures per day) and one lane closures/30 minute delays. It is anticipated that this project will be advertised in early June, 2011 with construction beginning in July, 2011 and extending to November, 2012. The project will most likely include interim and completion incentives. Estimated cost for the base schedule and both options is $5 to $15 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/UT-PFH-29-1(1)/listing.html)
- Place of Performance
- Address: Fishlake National Forest, Beaver, Utah, 84713, United States
- Zip Code: 84713
- Zip Code: 84713
- Record
- SN02434801-W 20110429/110427234834-1dfe4749740eaf5b740263f2a9f2c918 (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 |