SOURCES SOUGHT
Y -- CA FLAP CR147(1), Ice House Road
- Notice Date
- 8/28/2014
- 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-CR147(1)
- Archive Date
- 9/19/2014
- 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 September 4, 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 $4.0 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 ) subexcavation, asphalt pulverization/processing, aggregate base, asphalt pavement and drainage improvements. 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 CR147(1), Ice House Road The Ice House Road project is located in the Eldorado National Forest in El Dorado County north of SH 50 on CR147. This project will provide resurfacing, restoration, and rehabilitation to 7.13 miles of roadway between the junction of Wentworth Springs Road to the end of the pavement near Loon Lake. Work will be continuous for entire length of the project, with no suspensions. The major work elements include pulverizing (or processing) the existing road to a depth of 4", and a 3" asphalt surfacing. Weather conditions and seasonal nesting issues control commencement and termination of construction operations. Work on the project will begin in or around May, and is scheduled to be complete in October. Traffic delays will be held to 30-minute maximum for the duration of the project. Temperature dependent work items such as asphalt paving and pavement marking must be completed in dry conditions, for which the duration of the project is limited. The proposed project is for restoration, resurfacing, and rehabilitation of the existing roadway. The primary scopes of work are slope subexcavation, pulverization/processing, aggregate base, asphalt pavement, drainage improvements, signing, and pavement markings. Significant quantities include: Line Item Unit Est. Quantity Subexcavation CUYD 6,200 Pulverizing, 4-inch depth SY 97,500 Roadway Aggregate, Meth. 2 TON 3,200 Hot Asphalt Conc. Pavem't TON 17,700 Tack Coat TON 90 Flagger/Pilot Car HR 2,800 Pavement Markings LNFT 152,500 The project is anticipated to be advertised in September, 2014 with construction occurring from May to October, 2015. The approximate range for this project is between $3 million and $4 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-FLAP-CR147(1)/listing.html)
- Place of Performance
- Address: Eldorado National Forest, Eldorado County, California, United States
- Record
- SN03487637-W 20140830/140829023330-69ad57487f8a6a48951449adbd4de180 (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 |