Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2017 FBO #5746
SOURCES SOUGHT

Y -- NM FLAP TRAIL 52000(1), 2nd Street SW Corridor

Notice Date
8/15/2017
 
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
NM-FLAP-TRAIL-52000(1)
 
Archive Date
9/6/2017
 
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 22, 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 $10 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 2nd Street SW Corridor project in which you performed ( as the prime contractor ) roadway rehabilitation and widening, new curb and gutter and sidewalk, asphalt multi-use trail, drainage improvements, guardrail, landscaping, lighting, signing and striping, new pedestrian bridge, and new railroad crossing with traffic signals and RR gates/signals. 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: NM FLAP TRAIL 52000(1), 2nd Street SW Corridor The intent of this project is to improve access to the newly-designated Valle de Oro National Wildlife Refuge for vehicles, pedestrians, and cyclists. The proposed project improvements include roadway rehabilitation and widening, new curb and gutter and sidewalk on the west side between Desert and South Diversion Channel, 10' wide asphalt multi-use trail, drainage improvements, guardrail, landscaping, lighting, signing and striping, utility adjustments and/or relocations by the utility companies as necessary, and new pedestrian bridge over South Diversion Channel for approximately 1.71 miles from the refuge entrance north to the north side of the South Diversion Channel including the realignment of the Desert Road intersection to a T-intersection with new railroad crossing with traffic signals and RR gates/signals. SIGNIFICANT QUANTITIES (Schedule B): 20401-0000, Roadway Excavation: 10,000 CUYD 30202-2000, Roadway Aggregate, Method 2: 7,000 TON 40301-0000, Asphalt Concrete Pavement: 10,500 TON 57101-0000, Prefabricated Bridge Superstructure: 1 EACH 60202-0200, 18-Inch Equivalent Diameter Arch or Elliptical Pipe Culvert: 4,200 LNFT 60902-1200, Curb and Gutter, Concrete, 14-Inch Depth: 7,500 LNFT 61901-2250 Fence, Rail (Wrought Iron, 6' Height): 5,000 LNFT It is anticipated that the project will be advertised in September, 2017. Construction is anticipated to occur from November, 2017 to September, 2018. Estimated total cost is $7.5 million to $10 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/NM-FLAP-TRAIL-52000(1)/listing.html)
 
Place of Performance
Address: Valle de Oro National Wildlife Refuge, Bernalillo County, New Mexico, 87105, United States
Zip Code: 87105
 
Record
SN04630084-W 20170817/170815232601-bcd4ea0d639bc8da56d7c938609b74a6 (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.