Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2016 FBO #5356
SOURCES SOUGHT

Y -- CA FTNP DEVA 500(1), Artists Drive

Notice Date
7/21/2016
 
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-FTNP-DEVA-500(1)
 
Archive Date
8/12/2016
 
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 July 28, 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 Artist Drive project in which you performed ( as the prime contractor ) pavement patching, concrete barrier cutoff wall installation, revet mattress, patching damaged pavement, placing fill material in eroded areas along the shoulders, and replacement of a section of riprap. 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 FTNP DEVA 500(1), Artists Drive The project is located in Death Valley National Park, CA toward the southern end of the Park. The project package consists of Artists Drive 3R 4.4 miles of pulverize and overlay (Schedule A); Arists Drive ERFO repairs including pavement patching, concrete barrier cutoff wall installation (Option X), and revet mattress (Option Y); and Harmony Borax Trail ERFO repairs including patching damaged pavement, placing fill material in eroded areas along the shoulders, and replacement of a section of riprap (Option Z). Significant quantities are as follows: Schedule A: 360 sqyd of Roadway obliteration, 1,125 ton of roadway aggregate, 5 miles of full depth reclamation, 4,500 ton of asphalt concrete pavement, 310 lnft of asphalt curb, and 9 miles of pavement markings. Option X: 150 cuyd of class 2 riprap, 4,400 lnft of shoulder and ditch reconditioning, 490 sqyd of asphalt concrete pavement patching, 1,700 lnft of concrete barrier. Option Y: 1,140 sqyd of revet mattress Option Z: 20 cuyd of class 3 riprap, 360 lnft of shoulder and ditch reconditioning, and 50 sqyd of asphalt concrete pavement patching. The estimated price range is between $1,500,000 and $3,000,000. The anticipated advertisement date is September, 2016. Construction is anticipated from November, 2016 to March, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-FTNP-DEVA-500(1)/listing.html)
 
Place of Performance
Address: Death Valley National Park, California, 92328, United States
Zip Code: 92328
 
Record
SN04191908-W 20160723/160722000046-b93dd8afb26d1f7af2a7833d54ac7e05 (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.