Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2012 FBO #3988
SOURCES SOUGHT

Y -- CA PRA JOTR 1(3), Pinto Basin Road

Notice Date
10/23/2012
 
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-PRA-JOTR-11(3)
 
Archive Date
11/15/2012
 
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 IS NOT A REQUEST FOR BID - PLANS AND SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman owned small business concerns, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs 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 October 31, 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 $14 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value in which you performed ( as the prime contractor ) roadway excavation, waste, pulverizing, hot asphalt concrete pavement, gabions, revet mattresses, and asphalt paved ditch. 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 JOTR 11(3), Pinto Basin Road PROJECT DESCRIPTION: This project is located in the southern part of Joshua Tree National Park, approximately 15 miles from Indio, CA. Schedule "A" includes 9.90 miles of 3R work and 0.99 miles of 4R work. Schedule "B" would extend the project to 11.20 miles of 3R work and 0.99 miles of 4R work. Option "X" is flood damage repair work at 13 locations on Route 11 between MP 26.4 and MP 33.3. SIGNIFICANT QUANTITIES: Schedule "B" Pinto Basin Road - Estimated quantities are: Roadway Excavation - 14,270 CU YD, Waste - 8,075 CU YD, Pulverizing 6" depth) - 670 STA, Hot Asphalt Concrete Pavement - 35,710 TONS, Asphalt Paved Ditch - 3,510 SQ YD, Flagger - 3,600 HOURS. Option "X" Flood Damage Repair - Class 5 Riprap - 610 CU YD, Gabions - 600 CU YD, Revet Mattresses - 1,230 SQ YD, Minor Asphalt Concrete Pavement - 34 TONS, Concrete Barrier - 860 LN FT, Flagger - 500 HOURS. It is anticipated that this project will be advertised in November of 2012. The contracting range for this project is between $8 million and $14 million. Construction is expected to begin in January, 2013 and end in August, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-PRA-JOTR-11(3)/listing.html)
 
Place of Performance
Address: Joshua Tree National Park, California, 92277, United States
Zip Code: 92277
 
Record
SN02917822-W 20121025/121023233850-973d0efc57b0e98c5e1f0c16b650d285 (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.