SOURCES SOUGHT
Y -- WY FLAP 129(1), SAND CREEK ROAD
- Notice Date
- 1/16/2015
- 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
- WY-FLAP-129(1)
- Archive Date
- 2/7/2015
- 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 January 23, 2015: (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 to the Convict Lake Road project in which you performed ( as the prime contractor ) removal and replacement of bridge, embankment, riprap, aggregate base, precast prestressed concrete sabs, reinforcing steel, and micropiles. 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 : WY FLAP 129(1), SAND CREEK ROAD Project Location This project begins at the intersection of Sand Creek Road and Interstate 90, near Beulah, WY. The project proceeds south for 6.o miles. Scope of the Work Schedule A : Consists of removal and replacement of 6 bridges. The existing bridges are concrete structures supported by wood piling. The new bridges will consist of precast concrete structures supported by GRS abutments or abutments supported by micro piles. The new bridges are all single span and vary in length from 38 to 65 feet and are 28 feet in width. Four (4) bridges will be built on GRS abutments and 2 will be built on abutments supported by micro piles. Each bridge will receive new guardrail and the road approaching each bridge will be reconstructed to accommodate the new bridges. Principal work items include : Removal of 6 existing bridges. 2600CY of embankment 12000 SY of geosynthetic reinforcement (GRS) 959 CY of riprap 1760 tons of aggregate base. 2186 LF of Precast Prestressed concrete slabs 16500 LB of reinforcing steel 1060 LF Micropiles (9.0 inch dia.) Diversion Construction 685 LF Bridge rail 600 LF Transition guardrail Seeding and mulch. Traffic control Option X: Consists of 6.0 miles of aggregate surface reconditioning and placement of 4 inches of aggregate base course. Principal Work Items include: Removal and replacement of 6 cattleguards 17,250 tons of aggregate base 300 STA of aggregate surface reconditioning Traffic Control It is anticipated that this project will be advertised in March and construction completed in November of 2015. The contracting range for this project is between $3 million to $5 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/WY-FLAP-129(1)/listing.html)
- Place of Performance
- Address: Beulah, Wyoming, 82712, United States
- Zip Code: 82712
- Zip Code: 82712
- Record
- SN03618692-W 20150118/150116234425-ed92335e9deae43fc273e4e3b8d7460b (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 |