Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2012 FBO #3745
MODIFICATION

Y -- 4 State Pavement Preservation MATOC- OR, ID, WA, and No Cal

Notice Date
2/23/2012
 
Notice Type
Modification/Amendment
 
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
DTFH68-12-R-00004
 
Archive Date
2/10/2012
 
Point of Contact
Jeremiah B. Rogers, Phone: 7209633090, Aaron L. Sanford, Phone: 7209633090
 
E-Mail Address
cflcontracts@dot.gov, cflcontracts@dot.gov
(cflcontracts@dot.gov, cflcontracts@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS ACTION IS BEING CONSIDERED FOR A TOTAL HUBZONE, 8(A) SMALL BUSINESS OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SET-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@dot.gov or by telefax to 720-963-3360 (Attn: Jeremiah Rogers) for receipt by close of business (4 p.m. MST) on March 1, 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 letter 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 bonding capability, to include single and aggregate totals; and (4) A listing of experience in work similar in type and scope of this proposed synopsis. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone, 8(a), or service disabled veteran-owned small business concerns. Failure to submit all information requested will result in a contractor being considered not interested in this solicitation. A decision on whether this will be pursued as a HUBZone, 8(a), or service disabled veteran-owned small business set-aside or on an unrestricted basis will be made following the due date and posted as an amendment to this sources sought on the Federal Business Opportunity website at www.fbo.gov. The size of a small business firm includes all parents, subsidiaries, affliliates, 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 15% of the cost of the contract incurred for personnel on its own employees and 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 up to 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: CFL anticipates awarding more than three Multiple Award Task Order Contracts (MATOC) for construction services. The CFLHD has a need for a rapid response roadway surfacing, resurfacing, and repair contracting tool for work in Oregon, Idaho, Washington, and Northern California (north of Fresno). The scope of work for task orders may include, but are not limited to, the following construction services (intended to be used for classic Pavement Preservation contract including 3R work in the Northern California/North of Fresno area only, there will NOT be 3R work included in Oregon, Idaho, or Washington under these MATOC contracts ): traffic control (permanent and temporary), contractor sampling and testing, asphalt milling, profile grinding, asphalt paving, thin asphalt overlays, patching, crack & joint sealing for flexible and rigid pavements, chip seals, micro surfacing, slurry seals, ultra-thin bonded wearing course, subexcavation, minor drainage improvements, placement of aggregate, roadway pulverization, grading, and slope stabilization. Projects may be located in environmentally sensitive areas that necessitate context-sensitive construction techniques and processes. The predominant geographic area includes Northern California (North of Fresno), Washington, Oregon, and Idaho. These projects have been a part of the National Park Services' Pacific West Region (PWR) Pavement Preservation program; however other clients may be included in the MATOC offering, including but not limited to the Forest Highway Program, BLM, and Department of Defense. The government anticipates individual task orders ranging from $50,000 to $7,500,000.00. Potential contractors will be required to demonstrate bonding capacity of up to $7,500,000.00 per task order with a yearly capacity of up to $15,000,000. Bonding will only be required for individual task orders. Request for Task Order Proposals will include Davis Bacon wage determinations and specific plans and specs for the project. The first Task Order Request for Proposals (TO-RFP) will be issued simultaneously with the MATOC Request for Proposal. Contractors will be required to submit a proposal for the first task order as well as the base MATOC RFP. The proposal for the first task order will be used to evaluate price for the best value MATOC RFP. Contractor team must be able to demonstrate their ability to mobilize in all of the aforementioned states. Each contract awarded will consist of one base year and options to extend the contract for four additional one-year periods. The contract will have a maximum not-to-exceed five year total of $35 million. Each contract will operate with individually negotiated task orders issued in accordance with the terms of the contract. Task orders will be predominately for construction activities. This is a best-value negotiated type procurement and evaluation factors for award will be fully stated in the RFP which will be available as noted below. The Government may award three or more MATOC contracts resulting from this solicitation to the responsible offerors whose offers conforming to the solicitation will be most advantageous to the Government, price, technical, and other factors considered. Tentative advertisement date is on or about March 19, 2012. PLEASE NOTE: The Request for Proposals will be available for download on or about March 19, 2012, from the Federal Business Opportunities (FBO) website at www.fedbizopps.gov. The RFP including plans WILL BE AVAILABLE FOR DOWNLOAD IN ADOBE (.pdf) FORMAT ONLY ON CFLHD's WEBSITE at http://www.cflhd.gov/procurement/construction/advertised-projects.cfm under the Project Name. In order to view the plans, interested vendors must register through the CFL website. Other information regarding this solicitation is also available at the above website. If you have problems accessing information on the website, please email CFLContracts@dot.gov. Technical questions specific to the project will only be addressed by FHWA via written correspondence to e-mail address CFLContracts@dot.gov or FAX to (720) 963-3360.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-12-R-00004/listing.html)
 
Place of Performance
Address: Northern California, Idaho, Washington, Oregon (Seed project expected to be in the Bay area in summer, 2012), San Francisco, California, 94129, United States
Zip Code: 94129
 
Record
SN02681401-W 20120225/120223234724-784497dad11fa9a834bc22d632e70d35 (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.