SOURCES SOUGHT
Y -- CA FLAP 111(1), Beckwourth-Genesee Road
- Notice Date
- 6/23/2014
- 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-111(1)
- Archive Date
- 7/15/2014
- 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 June 30, 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 $19.5 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 ) pulverizing of the existing pavement to a depth of 9 inches, major grading, asphalt surfacing of 3 inches, extensive timber removal, selective clearing, drainage structures, and construction of the GRS bridge. 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 111(1), Beckwourth-Genesee Road Project Details: The Beckwourth-Genesee Road project is located in Plumas County and in the Plumas National Forest on California Forest Highway (FH) 177 near Beckwouth, California. The project consists of pulverizing, grading, drainage, asphalt surfacing, and a Geosynthetic Reinforced Soil (GRS) bridge over Crocker Creek for a distance of 9.73 miles of roadway. The project begins just north of CA HWY 70, thence north to the junction of Genesee Road. Portions of the road are on new alignment (4R), while the remainder is surfacing or resurfacing on existing alignment. The major work elements include pulverizing of the existing pavement to a depth of 9 inches, major grading, asphalt surfacing of 3 inches, extensive timber removal, selective clearing, drainage structures, and construction of the GRS bridge. Due to the Forest habitat, the project is environmentally sensitive. Snow melt typically occurs in late Spring is this area, and snow falls in late Fall, thus controlling commencement and termination of construction operations. With the exception of timber removal and clearing, construction work is expected to take place between the months of April through early November, 2015, and April through August, 2016. Timber harvesting must take place during limited times (November through February, 2015 and/or 2016) in order to minimize habitat disturbance This project presents significant challenges due to the high volume of heavy timber removal, major grading and hauling operations through sensitive properties, and the technical aspects of GRS bridge construction. To achieve success on this project, experience in these areas by the successful contractor is highly mandatory. Temperature dependent work items such as asphalt paving, and pavement marking must be completed in dry conditions, for which seasonal conditions are limited. Significant quantities include: Line Item Unit Estimated Quantity Roadway Excavation CY 175,000 Clearing and Grubbing Acres 78 Pulverizing SY 21,000 Hot Asphalt Conc. Pavem't TON 24,000 GRS Bridge ALL 1 Pavement Markings LF 192,000 It is anticipated that this project will be advertised in August 2014 with construction occurring from late October through August, 2016. The contracting range for this project is between $16.5 million and $19.5 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-FLAP-111(1)/listing.html)
- Place of Performance
- Address: Plumas National Forest, California, 96122, United States
- Zip Code: 96122
- Zip Code: 96122
- Record
- SN03403487-W 20140625/140623235025-3a591c2afd569b9a6c5089848328e88a (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 |