SOURCES SOUGHT
Y -- Rapid Response Road Construction and Repair MATOC
- Notice Date
- 10/30/2019
- 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-20-SN-0001
- Point of Contact
- Ryan Phillips,
- E-Mail Address
-
CFLAcquisitions@dot.gov
(CFLAcquisitions@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL - SPECIFICATIONS ARE NOT AVAILABLE. Central Federal Lands Highway Division (CFLHD) of the Federal Highway Administration is contemplating a solicitation for a Multiple Award Task Order Contract (MATOC) for construction services located in the state of California. CFLHD has a need for a Rapid Response Road Construction and Repair Contract. Projects may include, but are not limited to the following: mobilization, earthwork, soil stabilization, structures, bridges, walls, drainage, surfacing, culverts, and parking lots. Projects may be located in environmentally sensitive areas that necessitate context-sensitive construction techniques and processes. It is currently estimated that the maximum value of the MATOC will not exceed $50,000,000 over the lifetime of each individual contract. 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 November 13, 2019: (1) A positive statement of your intention to submit a proposal 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 $4 million, and your firm's aggregate bonding capacity; and (4) A list of roadway construction projects involving mobilization, contractor sampling and testing, production and placement of aggregate, roadway pulverization, roadway excavation, embankment construction, reinforced embankment, walls (MSE, gabions, rockery, pile, etc.), bridges, drainage, placement of aggregate surface course, slope stabilization, asphalt surfacing and structural work. These projects should demonstrate your firm's ability to quickly mobilize and provide quality work in the state of California. State whether your firm was the prime contractor or subcontractor on each project listed. 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/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/6982AF-20-SN-0001/listing.html)
- Place of Performance
- Address: California, United States
- Record
- SN05485891-W 20191101/191030230531-89a7ed1d956b30a290833d5bff3691c6 (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 |