Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2016 FBO #5231
SOURCES SOUGHT

Y -- CA FTFW/FLAP DOED 10(3), La Riviere Marsh Bridge and Marshlands Road

Notice Date
3/18/2016
 
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-FTFW-FLAP-DOED-10(3)
 
Archive Date
4/9/2016
 
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 March 25, 2016: (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 $3 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value and scope to the La Riviere Marsh Bridge and Marshlands Road project in which you performed ( as the prime contractor ) relocation of water and sewer lines connected to the existing bridge, the demolition and construction of a bridge over the La Riviere Marsh, and 600 meters of pavement rehabilitation. 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 FTFW/FLAP DOED 10(3), La Riviere Marsh Bridge and Marshlands Road This project is for improvements to Marshlands Road in the Don Edwards San Francisco Bay National Wildlife Refuge in Alameda County, California. The project begins at the intersection with Thornton Avenue and extends 0.6 km (0.37 miles) southwest towards the Refuge Headquarters. The major components of work are the relocation of water sn sewer lines connected to the existing bridge, the demolition and construction of a bridge over the La Riviere Marsh, and 600 meters of pavement rehabilitation. The new bridge will be a 3 span concrete surface with precast concrete piles and girders and cast in place deck and barrier. A temporary bypass lane will be construction adjacent to the bridge to allow for complete removal and reconstruction in a short time frame. The proposed improvements to the roadway are to: •· Construct a traffic diversion on the north side of the existing bridge; •· Demolish the existing bridge; •· Construct a new 2-lane bridge with shoulders and a sidewalk; •· Pulverize the existing asphalt; •· Pave asphalt; •· Install pavement markings, and signage; Major work items include approximately: •· Removal of the existing structure •· 411 meters of precast, prestressed concrete piles •· 320 cubic meters of cast-in-place structural concrete •· 48,000 kilograms of epoxy coated reinforced steel •· 15 precast, prestressed concrete girders •· 4,000 square meters of pulverization •· 1,200 metric tons of asphalt concrete pavement •· Installation of sanitary sewer and potable water lines (both temporary and permanent facilities) •1. Provisions will be necessary to protect Federal or State listed endangered, threatened, or special concern species. Provisions will include limitations on when and where work can occur. The limitations include no ground disturbance prior to September 1 st and all work must be completed by January 31 st. Work plans, mix designs, shop drawings, and prefabricated elements may be completed prior to September 1 st. •2. Marshlands Road is within Caltrans Right-of-Way. An encroachment permit from Caltrans will be necessary. A separate encroachment permit from the City of Newark will be necessary for impacts to Thornton Avenue. •3. Marshlands Road accesses and is surrounded by a National Wildlife Refuge. Close coordination with the U.S. Fish and Wildlife Service will be necessary. It is anticipated this project will be advertised in April 2016 with award being in May, 2016. Notice to proceed for work plans, mix designs, shop drawing submittals, and prefabrication elements is anticipated in June 2016. Notice to proceed for ground disturbance is anticipated September 1 st, 2016 with construction to be completed by January 31 st, 2017. Estimated cost for the schedule is $2,000,000 to $3,000,000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-FTFW-FLAP-DOED-10(3)/listing.html)
 
Place of Performance
Address: Don Edwards San Francisco Bay National Wildlife Refuge, Alameda County, California, 94555, United States
Zip Code: 94555
 
Record
SN04055778-W 20160320/160318235823-14a437c1c7ec561c6378c1f35c6d8533 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.