Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2014 FBO #4550
SOURCES SOUGHT

Y -- CA FLAP SR36(13), State Route 36, Humboldt County

Notice Date
5/8/2014
 
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-FLAP-SR36(13)
 
Archive Date
5/30/2014
 
Point of Contact
Craig Holsopple, Phone: 720-963-3350
 
E-Mail Address
craig.holsopple@dot.gov
(craig.holsopple@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 May 15, 2014: (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 $40 million, and your firm's aggregate bonding capacity; and (4) Provide a list of bridge construction projects of equal or greater value in which you performed CMGC ( as the construction manager and general contractor ) as a construction manager (CM) during the design/pre-construction phase and as the general contractor (GC) during construction. Design experience should include design milestone reviews and providing construction cost estimates throughout the development of design. Design experience must also include assisting the designers with cost estimates and providing constructability recommendations (construction methods and schedule) to maximize the cost efficiency and construction feasibility of the project. Upon completion of design, FHWA can exercise the contract options and award the construction portion of the contract based on a fair and reasonable negotiated price. Construction experience should include work in stabilizing and working in landslide areas, bridge construction on near vertical river banks, limited construction access due to environmental constraints, multiple agency coordination, handling and disposal of lead paint contaminated bridge members, and maintaining traffic flow during 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 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: CA FLAP SR36(13), State Route 36, Humboldt County Project Details: This project is for improvements to California State Route 36 (SR 36) in Humboldt County from milepost HUM 36.1 to HUM 40.5. SR 36 begins at the intersection with U.S. 101 near Fortuna, CA and extends east nearly to the state border with Nevada. The project site lies in between the communities of Bridgeville, CA and Dinsmore, CA. The construction manager (CM) will act as a construction advisor during the pre-construction phase and as the general contractor (GC) during construction. The CM/GC will participate in the design milestone reviews and provide construction cost estimates throughout the development of design. They will be tasked with assisting the designers with cost estimates and providing constructability recommendations (construction methods and schedule) to maximize the cost efficiency and construction feasibility of the project. Upon completion of design, FHWA can exercise the contract options and award the construction portion of the contract based on a fair and reasonable negotiated price. SR 36 within the project limits has a narrow bench with sharp curves. The adjacent terrain is generally steep with tall slopes. The underlying geology is highly variable with a significant portion of the route lying on active or ancient landslides. There are also mapped fault zones within the project limits. The northern portion of the route is adjacent to the Van Duzen River, a designated Wild and Scenic river. There are numerous seeps and springs above and below the road, and streams crossing the road. The adjacent property is privately owned with limited public right-of-way. This project is located in a sensitive natural setting. A partial list of threatened and endangered species includes Northern Spotted Owl, Pacific Fisher, Northern California Steelhead, and Coho Salmon. There are potentially environmentally sensitive areas throughout the project site that must also be considered during the construction. The presence of these environmental resources may result in limited operating times, noise limits, and other mitigation measures. The proposed improvements to SR 36 are: - To realign segments of the route to improve mobility; - To widen SR 36 to two 12 foot travel lanes with paved shoulders; - To improve subsurface drainage using underdrains, sheet drains, and horizontal drains; - To improve surface drainage by replacing culverts or installing ones at new locations; - To improve soil stability under and adjacent to the road by constructing reinforced soil slopes, rock embankments, rock buttresses, slope scaling, and slope meshing. Major work items include approximately: - 60 acres of clearing and grubbing; - 435,000 cubic yards of roadway excavation - 465,000 square yards of uniaxial geogrid; - 21,000 cubic yards of special rock embankment; - 15,000 square feet of mechanically stabilized earth wall, welded wire face; - 15,500 linear feet of soil nail; - 32,000 tons of superpave asphalt concrete pavement - 54,000 tons of aggregate base; - 220 linear feet of 141.3 inch by 91.3 inch structural arch plate; - 10,000 linear feet of horizontal drain pipe This is a complicated project that will require a very experienced highway contractor due to the following issues: - Very limited construction site; - Excavation of tall, steep slopes and construction of tall embankments; - Low quality on-site materials; - Substantial subsurface and surface water; - Sensitive environmental area; - Work in stabilizing and working in landslide areas; - Potential short construction seasons; - Potentially maintaining traffic flow during construction in a constrained area; - Multiple agency coordination with the Federal Highway Administration, Caltrans, and other federal resource agencies. It is anticipated that this project will be advertised in late June of 2014. The contracting range for this project is between $30 million and $40 million. Construction is currently programmed for tree removal starting in the fall of 2015, depending on timing of right-of-way acquisition and environmental clearance, with general construction beginning spring of 2016. Duration of construction is dependent on road closures and delays allowed by the California Department of Transportation (Caltrans). It is anticipated that construction may require two summer construction seasons (2016 to 2017) if multi-hour daily closures are allowed or up to three summer construction seasons (2016 to 2018) if no closures are allowed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-FLAP-SR36(13)/listing.html)
 
Place of Performance
Address: Humboldt County, California, 95540, United States
Zip Code: 95540
 
Record
SN03361285-W 20140510/140509022038-ce2eb889e9e6b93c373cd47fbdb6fb72 (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.