SOLICITATION NOTICE
Y -- OMAD Gravel Road Construction Services
- Notice Date
- 5/11/2016
- Notice Type
- Presolicitation
- 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
- DTFH6816R00002
- Point of Contact
- Jeremiah B. Rogers, Phone: 7209633717, Agnes Rysz, Phone: 3039633500
- E-Mail Address
-
cflcontracts@dot.gov, cflcontracts@dot.gov
(cflcontracts@dot.gov, cflcontracts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- CFL anticipates awarding three to five Multiple Award Task Order Contracts (MATOC) for construction services for Gravel Roads. CFL has a need for a rapid response road construction and repair contracting tool for repetitive 1R, 2R and 3R work on gravel roads in the Midwest and Inter-Mountain Regions. Projects primarily include improvements to low-volume and low-speed roadways. Projects may be located in environmentally sensitive areas that necessitate context-sensitive construction techniques and processes. The predominant geographic area includes Wyoming, Colorado, Nebraska and Kansas. These projects are primarily part of the Air Force Space Command OMAD program, the Refuge Road Program (RRP),) and to a lesser extent the Emergency Relief for Federally Owned Roads Program (ERFO) and the Forest Land Access Program (FLAP). The government anticipates individual task orders ranging from $50,000 to $10,000,000.00. Potential contractors will be required to demonstrate bonding capacity of up to $10,000,000 per task order with a yearly aggregate capacity of up to $20,000,000. Bonding will only be required for individual task orders. Request for Task Order Proposals will include Davis Bacon wage determinations and specific plans and specs for the project. The first Task Order Request for Proposals (TO-RFP) will be issued simultaneously with the MATOC Request for Proposal. Contractors will be required to submit a proposal for the first task order as well as the base MATOC RFP. The proposal for the first task order will be used to evaluate price for the best value MATOC RFP. Contractor team must be able to demonstrate their ability to mobilize in all of the aforementioned states. Each contract awarded will consist of one base year and options to extend the contract for four additional one-year periods. The contract will have a maximum not-to-exceed five year total of $50 million. Each contract will operate with individually negotiated task orders issued in accordance with the terms of the contract. Task orders will be predominately for construction activities. The scope of task orders may include, but are not limited to construction services including mobilization, contractor sampling and testing, production and placement of aggregate, roadway pulverization, roadway excavation, embankment construction, drainage improvements, placement of aggregate surface course, slope stabilization (MSE wall, gabions, etc.) minor asphalt surfacing and minor structural work. This is a best value negotiated type procurement and evaluation factors for award are fully stated in the RFP which will be available as noted below. Evaluation factors will include Contract Team and Qualifications including organizational qualifications and key personnel, Contractor Past Performance, Financial capability and bonding capacity, location of Contractor headquarters, and QA/QC Program and Operations. The Government may award up to five contracts resulting from this solicitation to the responsible offerors whose offers conforming to the solicitation will be most advantageous to the Government, price, technical, and other factors considered. Tentative advertisement date is on or about May 26, 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH6816R00002/listing.html)
- Place of Performance
- Address: OMAD Missile Defense (Colorado, Wyoming, Nebraska, Kansas.), Pine Bluffs, Wyoming, 82082, United States
- Zip Code: 82082
- Zip Code: 82082
- Record
- SN04112906-W 20160513/160511234306-132358bca0fe380c8e86f5e245480d10 (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 |