SOURCES SOUGHT
Y -- CA PFH 112-1(2), South Fork Smith River Road
- Notice Date
- 2/1/2012
- 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-PFH-112-1-(2)
- Archive Date
- 2/23/2012
- 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 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 February 8, 2012: (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 $12.0 million, and your firm's aggregate bonding capacity; and (4) Provide a list of similar value road construction projects involving construction (as the prime contractor) of bridge replacement, construction of long span steel plate girder bridges, bridge widening, and drilled shafts. 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 PFH 112-1(2), South Fork Smith River Road The proposed project is located within the Smith River National Recreation Area (NRA) approximately 10 miles from Crescent City, California. Currently, there are two single-lane bridges that require replacement. A project completed in November 2010 replaced two single-lane, simple-span bridges and widened four single-lane sections of road to two-lanes. The bridges are long span steel plate girder structures with reinforced concrete bridge decks and steel safety railings. The bridge foundations are concrete filled drilled shafts into bedrock material. These replacement facilities are designed to meet roadway/bridge safety criteria as well as meeting the latest structural seismic design criteria. Major items of work under the contract are: 20401-0000 Roadway excavation 23,000 CUYD 55201-0200 Structural concrete, Class A (AE) 999 CUYD 55401-1000 Reinforcing Steel 71,702 LB 55401-2000 Reinforcing Steel, Epoxy coated 195,439 LB 55502-0000 Structural Steel, Furnished, Fabricated and Erected 832,886 LB 56501-0100 Drilled Shafts, 18-inch diameter (Rock socket) 64 LNFT 56501-0200 Drilled Shafts, 24-inch diameter / (rock socket) 224 LNFT 56501-0300 Drilled Shafts, 30-inch diameter 271 LNFT 56501-0950 Drilled Shafts, 78-inch diameter / (rock socket) 28 LNFT 56501-1000 Drilled Shafts, 84-inch diameter 8 LNFT It is anticipated that this project will be advertised in late April, 2012. Since the project is to be constructed in an environmentally sensitive area, some of the construction activities may only be completed in the dry season. This results in a construction schedule that must include two summer seasons for a two year construction period. Estimated cost for the base schedule is $9 to $12 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-PFH-112-1-(2) /listing.html)
- Place of Performance
- Address: Six Rivers National Forest, Del Norte, California, 95531, United States
- Zip Code: 95531
- Zip Code: 95531
- Record
- SN02665830-W 20120203/120201235042-eae95349baeecace17b33d283a4daeb8 (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 |