SOURCES SOUGHT
Y -- CO FTNP COLM 10(3), Rim Rock Drive
- Notice Date
- 8/7/2017
- 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
- CO-FTNP-COLM-10(3)
- Archive Date
- 8/29/2017
- 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 14, 2017: (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 $6 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 Rim Rock Drive project in which you performed ( as the prime contractor ) grading, culverts, concrete headwalls, and riprap, aggregate base course, asphalt pulverizing and paving, traffic control, and public information. Experience must include fiber rolls; roadway embankment; sub excavation; riprap; aggregate base; hot asphalt paving; pipe culvert placement; guardrail; and pavement markings. State whether your firm was the prime contractor 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: CO FTNP COLM 10(3), Rim Rock Drive This project in includes reconstruction of a 4.6 miles of the Rim Rock Drive in Colorado National Monument. Type of Construction: grading, culverts, concrete headwalls, and riprap, aggregate base course, asphalt pulverizing and paving, traffic control, public information. This project consists of: Schedule A: Phased Construction of 3.7 miles of roadway reconstruction and paving. Significant Items for Schedule A Include: 500 LF of fiber rolls; 4,000 CY of roadway embankment; 1,500 sub excavation; 300 cuyd of riprap; 2,000 tons of aggregate base; 8,500 tons of hot asphalt paving; 120 LF of pipe culvert placement; 500 LF of guardrail; 150,000 linear feet of pavement markings; 1,500 flagger hours Option X: Phased Construction of.5 miles of roadway reconstruction and paving. Significant Items for Option X Include: 100 LF of fiber rolls; 2,000 CY of roadway excavation; 400 cuyd excavation waste; 50 cuyd of riprap; 2,000 tons of aggregate base; 2,300 tons of hot asphalt paving; 50 LF of pipe culvert placement;.05 miles of pavement markings; 200 flagger hours. Option Y: Phased Construction of.4 miles of roadway reconstruction and paving. Significant Items for Option X Include: 50 LF of fiber rolls; 1,000 CY of roadway excavation; 400 cuyd excavation waste; 50 cuyd of riprap; 2,000 tons of aggregate base; 2,000 tons of hot asphalt paving; 30 LF of pipe culvert placement;.04 miles of pavement markings; 200 flagger hours. It is anticipated that the project will be advertised in October, 2017. Construction is anticipated to occur from December, 2017 to September, 2018. Estimated total cost is $4 million to $6 million, dependent upon the Schedule and Options awarded.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CO-FTNP-COLM-10(3)/listing.html)
- Place of Performance
- Address: Mesa County, Colorado, 81521, United States
- Zip Code: 81521
- Zip Code: 81521
- Record
- SN04616123-W 20170809/170807231903-09236d7de6350d8b5ad7567aced2633d (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 |