Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2012 FBO #3995
SOURCES SOUGHT

Y -- AZ FTNP/PLH/NPS 5(2) Lee’s Ferry Access Road and 99(1) Paria River Bridge

Notice Date
10/30/2012
 
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
AZ-FTNP-PLH-NPS-5(2)
 
Archive Date
11/21/2012
 
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 CFLAcquisitions@dot.gov or by telefax to 720-963-3360 (Attn: Craig Holsopple) for receipt by close of business (2 p.m. local Denver time) on November 6, 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 $10 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 ) grading, pulverizing existing pavement, paving, drainage, river bank protection, and erosion control construction. 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 System for Award Management (SAM) located at https://www.sam.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: AZ FTNP/PLH/NPS 5(2) Lee's Ferry Access Road and 99(1) Paria River Bridge Project Details: The work will be located along Lee's Ferry Access Road beginning at the intersection with US-89A near Marble Canyon. The project is 5.74 miles in length beginning at the intersection of US-89A and terminating where Lee's Ferry Road ties into the Boat Ramp Parking lot at the Colorado River. The project consists of three (3) contract schedules and one (1) option which include grading, pulverizing existing pavement, paving, drainage, river bank protection, and erosion control construction activities. Schedule A (Approximately 3.97 miles in length) - Significant items include (approximate quantities subject to change): 7,450 CY of embankment construction; 1,240 CY of clearing and grubbing; 1,130 CY of gabions; 2,480 CY of revet mattress; 61,250 SY of Pulverizing (6 inch depth); 11,980 tons of roadway aggregate; 13,800 tons of Superpave asphalt pavement; 340 LF of 24 inch pipe culvert; 170 LF of 36 inch pipe culvert; 52 LF of 10 feet span, 5 feet rise reinforced concrete triple barrel box culvert; 162 LF of 72 inch pipe culvert lining; 2,090 LF of 14 inch depth concrete curb; 1,620 LF of 10 inch depth concrete curb and gutter; 4,660 LF of 12 inch deep concrete curb and gutter; 1,980 LF of 18 inch concrete curb and gutter; 3,910 SY of asphalt paved ditch; 520 SY of concrete sidewalk; 125 SY of aggregate sidewalk; 15 acres of hydraulic mulching; 3,120 LF of silt fence; 1,470 LF of sediment logs; 70 CY of Class 2 rip rap; 20 CY of Class 4 rip rap; 372 Gallons of pavement markings; and 103 CY of placing conserved topsoil. Schedule B (Approximately 4.44 miles in length, including Schedule A) - Significant items include (approximate quantities subject to change): 7,450 CY of embankment construction; 1,240 CY of clearing and grubbing; 1,130 CY of gabions; 3,300 CY of revet mattress; 68,550 SY of Pulverizing (6 inch depth); 12,920 tons of roadway aggregate; 15,500 tons of Superpave asphalt pavement; 430 LF of 24 inch pipe culvert; 270 LF of 36 inch pipe culvert; 77 LF of 48 inch pipe culvert; 52 LF of 10 feet span, 5 feet rise reinforced concrete triple barrel box culvert; 162 LF of 72 inch pipe culvert lining; 2,460 LF of 14 inch depth concrete curb; 1,620 LF of 10 inch depth concrete curb and gutter; 4,660 LF of 12 inch deep concrete curb and gutter; 1,980 LF of 18 inch concrete curb and gutter; 3,910 SY of asphalt paved ditch; 520 SY of concrete sidewalk; 125 SY of aggregate sidewalk; 17 acres of hydraulic mulching; 3,120 LF of silt fence; 1,500 LF of sediment logs; 75 CY of Class 2 rip rap; 20 CY of Class 4 rip rap; 400 Gallons of pavement markings; and 103 CY of placing conserved topsoil. Schedule C (Approximately 5.74 miles in length, including Schedule A and B) - Significant items include (approximate quantities subject to change): 7,450 CY of embankment construction; 1,240 CY of clearing and grubbing; 1,360 CY of gabions; 3,920 CY of revet mattress; 89,400 SY of Pulverizing (6 inch depth); 15,680 tons of roadway aggregate; 20,200 tons of Superpave asphalt pavement; 530 LF of 24 inch pipe culvert; 420 LF of 36 inch pipe culvert; 242 LF of 48 inch pipe culvert; 52 LF of 10 feet span, 5 feet rise reinforced concrete triple barrel box culvert; 162 LF of 72 inch pipe culvert lining; 5,060 LF of 14 inch depth concrete curb; 1,620 LF of 10 inch depth concrete curb and gutter; 4,660 LF of 12 inch deep concrete curb and gutter; 1,980 LF of 18 inch concrete curb and gutter; 5,920 SY of asphalt paved ditch; 520 SY of concrete sidewalk; 125 SY of aggregate sidewalk; 20 acres of hydraulic mulching; 3,850 LF of silt fence; 1,670 LF of sediment logs; 75 CY of Class 2 rip rap; 20 CY of Class 4 rip rap; 504 Gallons of pavement markings; and 103 CY of placing conserved topsoil. Option X (150 Feet) - Significant items include (approximate quantities subject to change): 220 LF of silt fence; 330 LF of sediment wattle; 170 SY of clearing and grubbing; 10 SY of concrete removal; and 330 CY of gabions. Project engineers estimate for the base schedules and the option range from $5 million to $10 million. It is anticipated that this project will be advertised in late November, 2012. Construction is expected to begin February 2013 and end as early as August 2013 and as late at November 2013 (depending on which bid Schedule/Option is awarded).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/AZ-FTNP-PLH-NPS-5(2)/listing.html)
 
Place of Performance
Address: Marble Canyon, Arizona, 86036, United States
Zip Code: 86036
 
Record
SN02921449-W 20121101/121030234142-25926664ea7401701af93187ac6049d2 (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.