SOURCES SOUGHT
Y -- CO FLAP SUM 91(1) Fremont Pass Recreation Path
- Notice Date
- 10/2/2018
- 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
- 6982AF19SS0001
- Archive Date
- 10/31/2018
- Point of Contact
- Ryan Phillips, , Craig Holsopple,
- E-Mail Address
-
CFLAcquisitions@dot.gov, CFLAcquisitions@dot.gov
(CFLAcquisitions@dot.gov, CFLAcquisitions@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 (Attn: Ryan Phillips) for receipt by close of business (2 p.m. local Denver time) on October 16, 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 $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 CO FLAP SUM 91(1) Fremont Pass Recreation Path project in which you performed (as the prime contractor) new construction work that includes linear grading, aggregate base, asphalt concrete pavement, drainage culvert installation, boardwalk, bridgework, pavement markings and signs. 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 FLAP SUM 91(1) Fremont Pass Recreation Path The project is located in Summit County, Colorado, near the Copper Mountain Ski Resort. The project is roughly parallel to State Highway 91 between the Copper Mountain Far East Parking Lot (approx. Milepost 21.7) and the Climax Mine Water Treatment Plant access road (approx. Milepost 18.6). The general scope of improvements is construction of approximately 3.3 miles of a new multi-use trail described as follows: •Approx. 3.2 miles of 12' wide asphalt concrete pavement trail •Approx. 460 feet of 12' wide timber boardwalk; •Approx. 260 feet, 12' wide two-span prefabricated steel pedestrian bridge with simulated stone reinforced concrete abutments and pier. Proposed new construction work includes linear grading, aggregate base, asphalt concrete pavement, drainage culvert installation, boardwalk, bridgework, pavement markings and signs. The project is located on United State Forest Service lands within a Special Use Permit to Summit County Open Space and Trails and a portion within a CDOT Highway Easement Deed. The proposed trail alignment lies on top an existing utility corridor that contains natural gas, fiber optic, and electrical facilities that serve regional, statewide, and interstate customers. There are numerous wetlands adjacent to the proposed path, and the boardwalk will traverse a critical wetland restoration site. Environmental restrictions will be in effect. The contractor will need to exercise caution to ensure no unplanned disturbance to these critical facilities and resources. Access to and within the site is very limited, which will constrain the size and type of equipment capable of performing the work. SIGNIFICANT QUANTITIES: Schedule A: •20420-0000 Embankment Construction: 14,500 CUYD •3020221000 Roadway Aggregate, Method 2: 7,800 TON •40301-0100 Asphalt Concrete Pavement: 3,650 TON •55701-2000 Structural Timber and Lumber, Treated: 18 MFBM •58202-0000 Helical Pile, In Place: 121 EACH •58405-1000 Fiberglass Reinforced Plastic, Grating: 5,520 SQFT •62405-0300 Placing Conserved Topsoil, 4-Inch Depth: 4.5 ACRES Option X: •20420-0000 Embankment Construction: 1,170 CUYD •3020221000 Roadway Aggregate, Method 2: 530 TON •40301-0100 Asphalt Concrete Pavement: 200 TON •55201-0200 Structural Concrete, Class A (AE): 105 CUYD •55401-1000 Reinforcing Steel: 8,000 LB •55401-2000 Reinforcing Steel, Epoxy Coated: 20,000 LB •55504-0000 Pre-fabricated Steel Bridge: ALL LPSM •62405-0300 Placing Conserved Topsoil, 4-Inch Depth: 0.7 ACRES Construction is anticipated between June 2019 and October 2019. Estimated total cost is $4 to $5 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/6982AF19SS0001/listing.html)
- Place of Performance
- Address: Lake County, Colorado, United States
- Record
- SN05113561-W 20181004/181002230836-8fa6b3cf804498363b067b251d990478 (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 |