SOURCES SOUGHT
Y -- OK FLAP CLE 10(1), Lake Thunderbird Access
- Notice Date
- 1/17/2023 10:45:57 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
- 6982AF23SS0013
- Response Due
- 1/31/2023 1:00:00 PM
- Archive Date
- 02/28/2023
- Point of Contact
- Eric Grosskreuz, Kelly Palmer
- E-Mail Address
-
CFLConracts@dot.gov, CFLConracts@dot.gov
(CFLConracts@dot.gov, CFLConracts@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 Business Concerns (SBCs), HUBZone small businesses, Woman Owned Small Businesses (WOSBs), 8(a) small businesses, Veteran Owned Small Businesses (VOSBs) or Service Disabled Veteran-Owned Small Businesses (SDVOSBs) 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 or by fax to 720-963-3360 (Attn: Eric Grosskreuz) for receipt by close of business (2 p.m. MDT) on January 31, 2023: A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; 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 VOSB or SDVOSB, 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; Letter from bonding agent stating your firm�s capability to bond for a single project of $3 million, and your firm�s aggregate bonding capacity; and Provide a list of road construction projects of equal or greater value in which you performed (as the prime contractor) highway construction work in environmentally sensitive National Park locations that included asphalt paving in high mountain terrain, construction of bridge structures and road reconstruction. State whether your firm was the prime contract or subcontractor on the project. PLEASE 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 small business 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 NUMBER: �OK FLAP CLE 10(1) PROJECT NAME: �Lake Thunderbird Access PROJECT DESCRIPTION:� The Project is located in Lake Thunderbird State Park, near Norman, Oklahoma.� This rehabilitation (3R) project consists full depth reclamation (FDR) and asphalt overlay of 0.91 miles of two road segments and one parking area.� The terrain consists of rolling hills varying in elevations from 1086 feet to 1138 feet. The Project consist of a base bid Schedule (A) and one Option (X): Schedule A: Main entrance (0.74 miles) and parking area/boat Ramp Option X: Area 2 Road (0.17 miles) SCOPE OF THE WORK:� The project proposes to utilize FDR with minor widening to achieve a smooth, durable surface to accommodate the large volume of recreational traffic the facility serves. Also included will be repair of failing subgrade through subgrade stabilization at select locations, improving roadside parking and pull-outs, incorporating new signing and striping throughout, and updating facilities to meet American Disabilities Act (ADA) requirements. All portions of the Project are considered 4(f) resources because they are within Lake Thunderbird State Park.� Great attention to detail will be required in achieving customer satisfaction in areas of roadway and parking lot construction, traffic control, visitor relations and timely completion of work.� PRINCIPAL WORK ITEMS: 1,200 linear feet, ditch excavation 260 square feet, reinforced concrete retaining wall 450 tons of roadway aggregate 20,000 square yards of Full Depth Reclamation with Cement, 8-inches deep 4,000 tons of asphalt concrete pavement (PG 70-28 OK) 150 square yards concrete sidewalk 1,600 linear feet of concrete curb ANTICIPATED SCHEDULE:� The anticipated schedule is: Advertisement: March 7, 2023 Award: May 4, 2023 Notice to Proceed: May 26, 2023 Construction: July 5, 2023 through November 30, 2023 To avoid the Park�s busy season, no work will occur from Memorial Day to the end of the Independence Day holiday. Construction duration is estimated to be about two to four months. ESTIMATED COST RANGE:� The estimated price range is: Schedule A, between $700,000 and $2,000,000. Option X, between $250,000 and $700,000.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5cd68c07b33e4f989b415bdd331d8e8e/view)
- Place of Performance
- Address: Norman, OK 73026, USA
- Zip Code: 73026
- Country: USA
- Zip Code: 73026
- Record
- SN06566015-F 20230119/230117230108 (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 |