SOURCES SOUGHT
Y -- NV/AZ FTBR OLD US93(2), Hoover Dam Access Road
- Notice Date
- 10/26/2017
- 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
- NV-AZ-FTBR-OLD-US93(2)
- Archive Date
- 11/17/2017
- 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 November 2, 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 $3.5 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 Hoover Dam Access Road project in which you performed ( as the prime contractor ) include pulverization, aggregate, compaction and chip seal. 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: NV/AZ FTBR OLD US93(2), Hoover Dam Access Road The Central Federal Lands Highway Division (CFLHD) of the Federal Highway Administration (FHWA), in cooperation with the Bureau of Reclamation (BOR) is proposing to rehabilitate the Hoover Dam Access Road and associated parking lots through the NV/AZ FTBR OLD US93(2), Hoover Dam Access Road project. The Hoover Dam Access Road project is located at the Hoover Dam, approximately 33.5 miles east of Las Vegas, NV. The project does cross the dam, with work in both Nevada and Arizona. The project focuses on a pavement preservation approach to the existing roadway and parking lots, consisting of primarily surface treatments, ranging from a crack sealing and pavement patching to micro-surfacing, thin bonded overlays and pavement milling and asphalt overlays. SIGNIFICANT QUANTITIES (Schedule B): Schedule A: •· 40301-0100, Asphalt Concrete Pavement, Type 1, 1,600 TON •· 41801-2000, Asphalt Concrete Pavement Patch, Type 2, 2,100 SQYD •· 42901-0000, Ultra-Thin Bonded Wearing Course, 2,500 TON •· 63402-0300, Pavement Markings, Type B, Solid and Broken, 35.5 MILE Option X: •· 40901-2000, Micro Surfacing, Type 2, 38,850 SQYD •· 63402-0300, Pavement Markings, Type B, Solid, 13.0 MILE Option Y: •· 30402-5300, Full Depth Reclamation, Method 2, 6-Inch Depth, 6,500 SQYD •· 40301-0100, Asphalt Concrete Pavement, Type 1, 1,000 TON CONSTRUCTION DURATION: Notice to proceed will be issued the first part of January with the following completion dates: •· Schedule A: April 20, 2018 •· Option X: May 24, 2018 •· Option Y: July 6, 2018. MISCELLANEOUS: The contractor will be required: •· To provide the Bureau of Reclamation a minimum of 3 days notice for all equipment and fuel being delivered to the project site. No equipment will be allowed to mobilize to the site and no fuel deliveries will be allowed without advance notification. •· Pay differing Davis-Bacon wage rates for Arizona and Nevada. The contractor will need to track the work in each state to insure the proper Davis-Bacon wages are paid where the work is performed. •· Provide a historical monitor for all construction operations within 3' of the historical rock wall located at Hoover Dam project site for Schedule A and Option X. •· Perform all asphalt milling, asphalt patch repairs, and asphalt concrete pavement placement during the night for Schedule A. •· Maintain traffic and traffic control to keep the traveling public safe during all construction operations. It is anticipated that the project will be advertised in November, 2017 with a Notice to Proceed issued in January, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/NV-AZ-FTBR-OLD-US93(2)/listing.html)
- Place of Performance
- Address: Hoover Dam, Nevada, 89005, United States
- Zip Code: 89005
- Zip Code: 89005
- Record
- SN04724033-W 20171028/171026231051-b47e8d8fe4cb2635d7daa59fa356d039 (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 |