SOURCES SOUGHT
Y -- UT FLAP 218(1) Sheep Creek Loop
- Notice Date
- 5/11/2021 10:18:37 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
- 6982AF21SS0015
- Response Due
- 5/25/2021 1:00:00 PM
- Archive Date
- 06/09/2021
- Point of Contact
- Jackie Schmuhl, 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 May 25, 2021: (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 $3.5 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 UT FLAP 218(1) Sheep Creek Loop project in which you performed (as the prime contractor) reconstruction, widening, minor profile adjustments, guardrail replacement, and drainage improvements.� 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: ��UT FLAP 218(1) Sheep Creek Loop PROJECT DESCRIPTION:� The UT FLAP 218(1), Sheep Creek Geologic Loop Project is located on Highway 218 approximately 7 miles south of Manila, UT in Northeast Utah. The project crosses through private and Ashley National Forest (USFS) Lands, providing access to the Flaming Gorge-Uintas National Scenic Byway. The route is categorized as a rural recreational and scenic roadway in level terrain and is maintained by Dagget County. This project proposes reconstruction, widening, minor profile adjustments, guardrail replacement, and drainage improvements of 1.85 miles of roadway on the Sheep Creek Geologic Loop. Major work elements include widening the roadway to a consistent width and vertical and horizontal alignment changes to correct roadway geometry and improve safety.� Construction will generally include cut slopes, embankment, aggregate base course, and paving. Improvements include clearing roadside vegetation, stabilization of shoulders, drainage improvements (including a concrete box culvert), cattleguard installation, pavement markings, and updating signing. �Select pullouts and access road intersections will also be rehabilitated or reconstructed.���� SIGNIFICANT QUANTITIES (Schedule A):�� 20401-0000 Roadway Excavation: 4,600 CUYD 20403-0000 Unclassified Borrow: 1,050 CUYD 30202-2000 Roadway Aggregate, Method 2: 5,700 TON 40301-0100 Asphalt Concrete Pavement, Type 1: 3,800 TON 60222-1800 8 Feet Span, 4 Feet Rise Reinforced Concrete Box Culvert, Double Barrel: 40 LNFT �MISCELLANEOUS: Weekday road closures to public traffic will be allowed during a large portion of the construction activities.� Access through the closure to USFS permit holders and local property owners will be required at all times.�� For all other work, construction-caused delays to public traffic will be limited to a maximum of 30 minutes per passage through the project. Perform pre-construction nesting bird survey within 7 days before vegetation removal performed prior to August 1. Due to weather restrictions, on-site construction typically cannot occur until March. Seeding must take place between the dates of September 15 and November 15.��� It is anticipated this project will be advertised in October, 2021. Construction is anticipated from March 2022 to September 2022. The proposed project is estimated at a cost between $2,500,000 and $3,500,000.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c183b3b84ff64bcaa6c6473ece6bfd56/view)
- Place of Performance
- Address: Manila, UT 84046, USA
- Zip Code: 84046
- Country: USA
- Zip Code: 84046
- Record
- SN05998815-F 20210513/210511230101 (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 |