SOURCES SOUGHT
Y -- MN ERFO 1(1), FDLR 2012
- Notice Date
- 1/31/2013
- 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
- MN-ERFO-1(1)
- Archive Date
- 2/22/2013
- 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 (3 p.m. local Denver time) on February 7, 2013: (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 SAM or CCR PROFILE; (3) Letter from bonding agent stating your firm's capability to bond for a single project of $2 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 ) bridge construction, reconstruction of the roadway embankment adjacent to a new bridge and existing roadway, removal of old roadway debris from the existing creek channel, significant riprap placement, and restoration/reseeding project site. Also required is verifiable experience in construction as construction manager/general contractor on similar on projects of similar value and scope. 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 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: MN ERFO 1(1), FDLR 2012 This project consists of: •· Bridge construction •· Reconstruction of the roadway embankment adjacent to the new bridge and existing roadway •· Removal of old roadway debris from the existing creek channel •· Significant riprap placement •· Restoration/reseeding project site This project is located on Reservation Road on the Fond du Lac Reservation which is approximately 6 miles west of Duluth, Minnesota. The existing roadway was washed out during a large storm event during June 2012. The old culvert, all of the surrounding embankment and pavement were damaged during this event. The roadway is closed to traffic. This project is for the solicitation of a construction manager/general contractor (CM/GC) contract procurement. It is anticipated that the successful proposal will be awarded with a contract around mid-April. They will be involved with the with design reviews and cost point estimates at roughly 50% and 70% stages of the design. The successful bidder will be tasked with assisting the designers with cost estimates and constructability of the project to maximize the cost efficiency of the project. SIGNIFICANT QUANTITIES: •· Bridge Length 110' and width of 32 feet (estimated): 3,520 square feet •· Riprap Protection: 330 cubic yards •· Re ‐ Construct Embankment and Abutments: 6,000 cubic yards MISCELLANEOUS: Additional factors include: •· Sensitive cultural and natural issues associated with this bridge site and there will be limited access to the project site. No work or staging will be allowed outside the existing roadway prism. •· Existing trout stream will need to be maintained during construction. •· Multiple agency coordination with the Federal Highway Administration, Bureau of Indian Affairs, and Fond du Lac Reservation. •· Girders will require advance lead time for fabrication and delivery. •· Short on-site construction time of only around 4 months due to need to complete the project this year before Winter conditions set in. Delays to the schedule can easily force construction into a 6-month or more delay and require multiple seasons to construct. •· Difficult weather conditions ( heavy rain, strong winds, cold temperatures) can cause construction and delivery delays. It is anticipated that this project will be advertised in mid February, 2013. The contracting range for this project is between $1 million and $2 million. Notice to proceed with the construction phase of this project is anticipated to begin in late June 2013 with project completion by November 2013
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/MN-ERFO-1(1)/listing.html)
- Place of Performance
- Address: Fond du Lac Reservation, Duluth, Minnesota, 55802, United States
- Zip Code: 55802
- Zip Code: 55802
- Record
- SN02977357-W 20130202/130131235022-e328f587cf23e39b5a8b53c4c4ca83a1 (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 |