SOURCES SOUGHT
Y -- CA FLAP CR36(1), Hammonton-Smartsville Road
- Notice Date
- 8/5/2015
- 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
- CA-FLAP-CR36(1)
- Archive Date
- 8/27/2015
- 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 August 12, 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 $4 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value to the Hammonton-Smartsville Road project in which you performed ( as the prime contractor ) soil nail wall, MSE wall, subexcavation, full depth reclamation, aggregate base, asphalt pavement, reinforced concrete box culvert, drainage improvements, signing, and pavement markings. 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 CR36(1), Hammonton-Smartsville Road The Hammonton-Smartsville Road project is located in the center-eastern limits of Yuba County, California. This project will provide resurfacing, restoration, and rehabilitation to 0.97 miles of roadway from just west of South Golden Parkway to the Hammonton-Smartsville Road/Chuck Yeager Road intersection. There will be a bid option to extend the project 0.14 miles east to include improvements to the intersection, and replacement of the existing bridge just east of the intersection with a reinforced concrete box culvert. In either case, work will be continuous for entire length of the project, with no suspensions. The major work elements include full-depth reclamation of the existing road to a depth of six inches, and three inches of asphalt surfacing on a twelve-inch aggregate base. Traffic is consistently heavy all year round, with a current ADT of 2726. There will be up to 15 minute delays during construction. There will be no road closures. Weather conditions typically allow construction to commence in early Spring so as to take advantage of the dry summer construction season. The project will include drainage and safety improvements, construction of a soil nail wall for slope stabilization, and MSE wall construction. The primary work items are soil nail wall, MSE wall, subexcavation, full depth reclamation, aggregate base, asphalt pavement, reinforced concrete box culvert, drainage improvements, signing, and pavement markings. Significant quantities for the overall project include: Line Item Unit Est. Quantity Subexcavation CUYD 1,700 Full Depth Reclamation SQYD 16,350 Roadway Aggregate TON 8,550 Hot Asphalt Conc. Pavem't TON 7,300 Soil Nail Wall SQFT 1375 MSE Wall SQFT 1584 Pavement Markings LF 28,000 Reinforced Concrete Box Culvert LF 58 24-inch Pipe Culvert LF 275 It is anticipated that this project will be advertised in October of 2015. The contract range for this project is between $2 and $4 million. Construction is expected to start in February, 2016 and take approximately 5 months to complete.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-FLAP-CR36(1)/listing.html)
- Place of Performance
- Address: Yuba County, California, 95901, United States
- Zip Code: 95901
- Zip Code: 95901
- Record
- SN03825702-W 20150807/150805235922-b779d46d37c27f454db24dedc4e56f7b (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 |