SOURCES SOUGHT
Y -- AZ FLAP 202(2) Red Cloud Mine Road
- Notice Date
- 12/7/2020 9:01:26 AM
- 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
- 6982AF21SS0003
- Response Due
- 12/21/2020 1:00:00 PM
- Archive Date
- 01/05/2021
- Point of Contact
- Leslie Karsten, Sheri Walsh
- E-Mail Address
-
CflContracts@dot.gov, cflcontracts@dot.gov
(CflContracts@dot.gov, cflcontracts@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. Contractors MUST submit the following by e-mail to CFLAcquisitions@dot.gov for receipt by close of business (2 p.m. local Denver time) on December 21, 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 $2.5 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 AZ FLAP 202(2) Red Cloud Mine Road project in which you performed (as the prime contractor) placement of asphalt concrete pavement, excavation, embankment, and culverts. 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 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: AZ FLAP 202(2) Red Cloud Mine Road PROJECT DESCRIPTION: This project consists of the construction of approximately 1 mile of a new paved alignment leading to Imperial National Wildlife Refuge within Yuma County, Arizona. Work generally includes excavation, embankment, paving, and culverts. SIGNIFICANT QUANTITIES: 3,000 tons of asphalt concrete pavement, gyratory mix, 6,700 tons of aggregate base,� 18,000 cubic yards of roadway excavation, 1,700 cubic yards of riprap, and 1,000 linear feet of metal pipe culverts. MISCELLANEOUS:� Construction phasing, temporary traffic control, and timely completion of construction will be crucial to minimize disruptions to refuge visitors throughout construction and achieve customer satisfaction.� It is anticipated this project will be advertised in February, 2021. Construction is anticipated from May, 2021 to September, 2021. The proposed project is estimated at a cost between $1,500,000 and $2,500,000.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0af35c1b34b545ef91f1f5dc865937c6/view)
- Place of Performance
- Address: Yuma, AZ 85364, USA
- Zip Code: 85364
- Country: USA
- Zip Code: 85364
- Record
- SN05868345-F 20201209/201207230146 (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 |