SOURCES SOUGHT
Y -- TX FTNP PAIS 10(1), Main Park Road
- Notice Date
- 7/21/2015
- 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
- TX-FTNP-PAIS-10(1)
- Archive Date
- 8/12/2015
- 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 July 28, 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 $8 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value to the TX FTNP PAIS 10(1), Main Park Road project in which you performed ( as the prime contractor ) a sphalt milling, asphalt pulverization, minor grading, drainage, aggregate base, asphalt paving, concrete paving, erosion control, signing and striping, and temporary traffic control. 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 : TX FTNP PAIS 10(1) Main Park Road Project Location The TX FTNP PAIS 10(1) Main Park Road project is located at Padre Island National Seashore in Kleberg County, Texas near the city of Corpus Christi, Texas. Scope of the Work PROJECT DETAILS: This project will provide resurfacing, restoration, and rehabilitation to the 5.8 miles of the main entrance road from the northern park boundary, to the south where the road terminates at the beach. Resurfacing, restoration, and rehabilitation will also be done on portions of Bird Island Basin Road and the campground road; totaling 0.87 miles. The project also includes raising the profile by the fee station to avoid flooding, a minor realignment of the Campground road, new pullouts, pavement preservation for the Malaquite Visitor Center Parking Lot and its entrance roads, and drainage improvements throughout the project. Type of Construction: Asphalt milling, asphalt pulverization, minor, grading, drainage, aggregate base, asphalt paving, concrete paving, erosion control, signing and striping, and temporary traffic control. Prospective bidders are hereby alerted that there is a potential for the presence of unexploded ordnance (UXO) within the project limits from former U.S. military training. The Government will provide UXO construction support during the clearing and grubbing operations and for other construction work as determined to be needed. Any unexploded ordnance found during these surveys will be removed from the project site. Prospective bidders are hereby alerted that no construction work involving heavy equipment or that generates ground vibrations above current Park traffic conditions will occur within a 0.5 mile radius of the turtle incubation facility when eggs are present. It is anticipated that this project will be advertised in September 2015 with construction starting around October 15, 2015 and a completion date of May 1, 2016. The contracting range for this project is between $5 million to $8 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/TX-FTNP-PAIS-10(1)/listing.html)
- Place of Performance
- Address: Kleborg COunty, Texas, 78418, United States
- Zip Code: 78418
- Record
- SN03805172-W 20150723/150721235842-dbb8a1f5acbee54d1a47647985d28582 (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 |