SOURCES SOUGHT
Y -- UT FLAP CR2554(4), Sevenmile Gooseberry Road
- Notice Date
- 4/17/2013
- 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
- UT-FLAP-CR2554(4)
- Archive Date
- 5/9/2013
- 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 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 April 24, 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 $25 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects performed at high elevation (8,800 to 10,300 feet in elevation) of equal or greater value in which you performed ( as the prime contractor ) excavation, drainage, base, paving, survey, erosion control, permanent and temporary traffic control, and revegetation. 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: UT FLAP CR2554(4) Sevenmile Gooseberry Road Project Details: This project is located in Sevier County, Utah on County Route 2554, also known as the Sevenmile and Gooseberry Roads. The route begins at Fishlake Road/Fremont River Road near Johnson Reservoir and proceeds 29 miles north to the junction with Interstate I-70, 6.5 miles east of Salina, UT. This project is for the full reconstruction of the southern 9.5 miles of roadway. In addition there will be a bid option for additional paving of part of the section of road already constructed in previous phases. Significant items and quantities: Project will include excavation, drainage, base, paving, survey, erosion control, permanent and temporary traffic control, and revegetation. Major quantities for Schedule A through C include: •- 115+/- ac of Clearing and Grubbing •- 285,000+/- cuyd of Roadway Excavation •- 40,000+/- cuyd of Select Borrow •- 35,000+/- cuyd of Permeable Backfill •- 67,000+/- cuyd of Waste •- 15,000+/- cuyd of Riprap •- 40,000+/- cuyd of Aggregate Base •- 45,000+/- tons of HACP Pavement (including all schedules and options) •- 6,200+/- lnft of Culvert (ranging from 18 inch to 60 inch) •- Wetland mitigation site (including excavation and plantings) A government provided material source will be available that is located 1.3 miles from the north end of the project. This source can be used at the contractor's discretion to produce material for the project. The contractor must submit a Material Source Development and Reclamation Plan in accordance with the contract. The Government does not guarantee the quality or quantity of material from this source. Anticipated Start and Duration of Construction : June 2013. Anticipate completion by November 2015. This area is at high altitude and experiences extreme weather conditions that will require a winter shutdown. Construction Season: Note that the conditions on this route can be extreme in the winter months. Elevations range from 8,800 to 10,300 feet in elevation. Snow depths can range from 4 feet at the lower elevations to 15 feet at the higher elevations. Snow typically remains into May at the lower elevations and into June at the higher elevations. Temporary Traffic Control: The contractor will be allowed to work during daylight hours seven days a week. Night work will need to be approved by the government. Road closures will be allowed Monday through Friday from 8 AM to 12 Noon and Monday through Thursday from 1 PM to 5 PM. At all other times the contractor may work using a pilot car and/or flaggers to limit construction caused delays.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/UT-FLAP-CR2554(4)/listing.html)
- Place of Performance
- Address: Sevier County, Utah, 84766, United States
- Zip Code: 84766
- Zip Code: 84766
- Record
- SN03039279-W 20130419/130417234953-7f55b60ad5b227d9ea40c4b691beb6be (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 |