Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2020 SAM #6730
SOURCES SOUGHT

Y -- CA FTNP YOSE 14(7) Repairs on Wawona Road

Notice Date
5/1/2020 3:41:02 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
6982AF CENTRAL FEDERAL LANDS DIVISI LAKEWOOD CO 80228 USA
 
ZIP Code
80228
 
Solicitation Number
6982AF20SS0023
 
Response Due
5/18/2020 1:00:00 PM
 
Archive Date
06/02/2020
 
Point of Contact
Jorey Deml, Sheri Walsh
 
E-Mail Address
cflacquisitions@dot.gov, cflacquisitions@dot.gov
(cflacquisitions@dot.gov, cflacquisitions@dot.gov)
 
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:� Jorey Deml) for receipt by close of business (2 p.m. local Denver time) on May 18, 2020: (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 $2,000,000 and your firm�s aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value and similar scope to the CA FTNP YOSE14(7) Repairs on Wawona Road project in which you performed (as the prime contractor) highway construction work in a national park and/or 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.beta.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 YOSE14(7) Repairs on Wawona Road This project includes repairs to 4 sites on Wawona Road within Yosemite National Park.� The work includes excavation/rock excavation (may require blasting) and rock bolts (dowels) to stabilize rock slopes at Milepost (MP) 8.0, special rock embankment to stabilize the road shoulder at MP 18.7, and drainage improvements including pipe culvert installations and placement of riprap at MP 19.6 and 20.3. The terrain is mountainous with the elevation ranging between 4,300 and 5,700 feet. 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.� Principle work items include: 3,800 cubic yards of roadway/rock excavation 490 cubic yards of special rock embankment 200 linear feet of rock dowels 220 linear feet of pipe culverts The estimated price range is between $1,000,000 and $2,000,000.� The anticipated advertisement date is June 2020 with construction anticipated from September to December 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bb825da4baea4876956e77401a5474aa/view)
 
Place of Performance
Address: CA 95389, USA
Zip Code: 95389
Country: USA
 
Record
SN05643393-F 20200503/200501230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.