SOURCES SOUGHT
Y -- CA FTNP SEKI 10(12) Generals Highway
- Notice Date
- 8/28/2018
- 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
- 6982AF-18-SS-0015
- Archive Date
- 9/19/2018
- Point of Contact
- Sheri Muehl, Phone: 7209633351
- E-Mail Address
-
sheri.muehl@dot.gov
(sheri.muehl@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: Sheri Muehl) for receipt by close of business (2 p.m. local Denver time) on September 12, 2018: (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 SAM PROFILE; (3) Letter from bonding agent stating your firm's capability to bond for a single project of $20 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 CA FTNP SEKI 10(12) Generals Highway project in which you performed (as the prime contractor) work in mountainous terrain (6,400 to 7,600 feet in elevation) and natural resource sensitive areas. Experience in construction phasing, temporary traffic control, and timely completion of construction is required. 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: CA FTNP SEKI 10(12) Generals Highway This project consists of roadway resurfacing, restoration, and rehabilitation of approximately 18.2 miles of roadway within Sequoia and Kings Canyon National Park and the Sequoia National Forest, Tulare County, California, including the Generals Highway from 1 mile east of the State Route 180 intersection to the Little Baldy Saddle. Work also includes rehabilitation/reconstruction of multiple parking areas, and drainage improvements, including culvert cleaning, lining and replacement. The terrain is mountainous with the elevation for the work ranging between 6,400 and 7,600 feet. SIGNIFICANT QUANTITIES (Schedule A): • 46,000 tons of asphalt concrete pavement, gyratory mix, • 74,000 linear feet of concrete curb, • 17,000 tons of aggregate base, • 18.2 miles of full depth reclamation, • 17,000 square yards of asphalt paved ditch, • 40 each stone masonry headwalls, • 900 cubic yards of riprap, • 800 linear feet of lining pipe culverts, and • 1,200 linear feet of metal pipe culverts. MISCELLANEOUS: All of the work is occurring in natural resource sensitive areas. Construction phasing, temporary traffic control, and timely completion of construction will be crucial to minimize disruptions to park visitors throughout construction and achieve customer satisfaction. The estimated price range is between $15,000,000 and $20,000,000. The anticipated advertisement date is November 2018 with construction anticipated from April 2019 to October 2020.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/6982AF-18-SS-0015/listing.html)
- Place of Performance
- Address: Sequoia and Kings Canyon National Park and the Sequoia National Forest, Tulare County, California, United States
- Record
- SN05059876-W 20180830/180828231401-c9907d91fc0193b26fe6314757975216 (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 |