SOURCES SOUGHT
Y -- NV BLM 10(1) – Red Rock Canyon Scenic Loop Drive
- Notice Date
- 8/27/2015
- 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
- NV-BLM-10(1)
- Archive Date
- 9/19/2015
- 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 September 4, 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 $12 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value to the NV BLM 10(1), Red Rock Canyon Scenic Loop Drive project in which you performed ( as the prime contractor ) asphalt paving, full depth reclamation, asphalt curb, embankment, and reinforced concrete retaining wall. 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 : NV BLM 10(1) - Red Rock Canyon Scenic Loop Drive Project Location The work will be located at Red Rock Canyon National Conservation Area in Nevada. The Scenic Loop Drive and Parking Areas improvements will occur at the following locations: along the 12.5 mile Scenic Loop Drive, along 0.5 miles of Rocky Gap Road, at 12 parking areas along the route, and along 2.4 miles of a new alignment between Sandstone Quarry and the Visitor Center. The project includes pavement rehabilitation of the roadways, expansion of the parking areas, and a new route to reduce the travel length. Scope of the Work Schedule A (12.9 miles in length) - Pavement Rehabilitation of Scenic Loop Drive and Rocky Gap Road Significant items include (approximate quantities subject to change): •· 32,800 Tons Asphalt Concrete Pavement •· 180,500 SY Full Depth Reclamation •· 18,900 LF Curb, Asphalt Option W (0.29 miles in length) - Calico 1 Expansion and Roadway Realignment Significant items include (approximate quantities subject to change): •· 2,500 Tons Asphalt Concrete Pavement •· 3,820 CY Embankment Construction •· 3,900 SF Reinforced Concrete Retaining Wall Option X (9 Parking Areas) - Parking Expansion at All Other Areas Significant items include (approximate quantities subject to change): •· 5,400 Tons Asphalt Concrete Pavement •· 17,000 SY Full Depth Reclamation Option Y (2 Parking Areas) - Parking Expansion at High Point and Ice Box Significant items include (approximate quantities subject to change): •· 615 Tons Asphalt Concrete Pavement •· 2,300 SF Reinforced Concrete Retaining Wall Option Z (2.42 miles in length) - New Alignment for Return Route from Sandstone Quarry to Visitor Center Significant items include (approximate quantities subject to change): •· 6,900 Tons Asphalt Concrete Pavement •· 15,500 CY Embankment Construction •· 191 CY Structural Concrete It is anticipated that this project will be advertised in October 2015 with construction beginning January, 2016 and ending September, 2016. The contracting range for Schedule A and all Options for this project are between $4 million to $12 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/NV-BLM-10(1) /listing.html)
- Place of Performance
- Address: Red Rock Canyon National Conservation Area, Nevada, 89052, United States
- Zip Code: 89052
- Zip Code: 89052
- Record
- SN03858770-W 20150829/150827235439-2569be88d61e65302e43cbead9c3e395 (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 |