SOURCES SOUGHT
Y -- CA FLAP 51009(1), Paradise & Gibraltar Roads, Option X --Santa Ynez Rd.
- Notice Date
- 9/11/2014
- 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-51009(1)
- Archive Date
- 10/3/2014
- 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 18, 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 $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 ) hot asphalt concrete pavement, scrub seal surface treatment, microsurfacing, road pulverization, and shoulder and ditch reconditioning. 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 51009(1), Paradise & Gibraltar Roads, Option X --Santa Ynez Rd. The CA FLAP 51009(1), Paradise & Gibraltar Roads project is located approximately 20 miles northwest of downtown Santa Barbara as Santa Ynez Road begins on Paradise Road (Santa Barbara County Road 5N18) at the United States Forest Service Day Use parking area. Gibraltar Road (Santa Barbara County Road 5N40) is located approximately 15 miles northeast of downtown Santa Barbara and features very sharp horizontal & vertical curves, narrow roadway width and limited sight distance. Gibraltar road can be closed to the general public for a specific contractual time period with local homeowner access provided at all times during the construction contract. Significant items and quantities: Schedule A: Work will include 11,600 tons of hot asphaltic concrete pavement, 86,500 square yards of scrub seal surface treatment, 86,000 square yards of micro-surfacing Type 2, 80,000 linear feet of pavement markings, 24,500 linear feet of road pulverization, 10 miles of shoulder & ditch recondition, 1,500 flagger hours and 500 hours of pilot car. Option X: 57,000 square yards of roadway surface treatment designation 1E, 90 tons of emulsified asphalt, 16,500 square yards of micro surfacing type 2 and miscellaneous traffic control devices. It is anticipated that this project will be advertised in early November, 2014 with Notice to Proceed issued in early January, 2015 and construction completion in early August, 2015. The contracting range for this project is between $3 million and $5 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-FLAP-51009(1)/listing.html)
- Place of Performance
- Address: Santa Barbara County, California, 91136, United States
- Zip Code: 91136
- Zip Code: 91136
- Record
- SN03507535-W 20140913/140912000514-8e1822473688ed35dda986c43dd451e0 (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 |