SOURCES SOUGHT
Y -- HI STP 360 Hana Highway Bridges
- Notice Date
- 12/18/2025 10:55:34 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
- 6982AF-26-SS-000001
- Response Due
- 1/13/2026 1:00:00 PM
- Archive Date
- 02/13/2026
- Point of Contact
- Stephanie Navarro, Leslie Karsten
- 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: Stephanie Navarro) for receipt by close of business (2 p.m. local Denver time) on January 13, 2026: (1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (2) A list of all confirmed socioeconomic categories (i.e., 8(a), small disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, EDWOSB or WOSB) that apply to your business; (3) Letter from bonding agent stating your firm�s capability to bond for a single project of $45 million, and your firm�s aggregate bonding capacity; and (4) A statement of preference for sources selection methodology between Tradeoff approach or Highest technically rated with a fair and reasonable price approach per RFO 15.103; (5) Provide a list of bridge construction projects of equal or greater value and similar scope and project setting described herein in which you performed (as the prime contractor) work utilizing accelerated bridge construction and multiphase construction and traffic control. Experience in accelerated bridge construction methods, traffic control, roadway closures and public outreach 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.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 NUMBER: HI STP 360 PROJECT NAME: Hana Highway Bridges PROJECT DESCRIPTION: This project will provide improvements to 6 of the 59 existing bridges along State Route 360, also referred to as Hana Highway, between mile markers 6.0 and 28.4. This project is located along the northeast coast of the island of Maui in the State of Hawaii. The purpose of the project is to improve the existing bridges to 16-ft curb-to-curb minimum widths, meet HL-93 loading capacities, meet current seismic criteria, and meet MASH TL-2 crash-tested railings while maintaining historic and rural character of the bridges and existing roadway alignment. The existing six bridges to be improved are: Bridge #2 � Kailua Stream, Bridge #5 � Makanali Stream, Bridge #8 � Puohokamoa Stream, Bridge #19 � Kopiliula Stream, Bridge #39 � Ula�ino Stream and Bridge #40 � Mokulehua Stream. Bridge #19 � Kopiliula Stream will be built on a new alignment while the other five bridges will be kept on the existing alignment of Hana Highway. SCOPE OF THE WORK: The scope of this project includes replacement of 6 existing bridges along Hana Highway. The proposed bridges range in length from 23 feet to 85 feet. Five of the proposed bridges will be single span bridges with one bridge being a two-span bridge. Proposed abutments will be constructed behind existing cement rubble masonry (CRM) abutments while protecting existing CRM in place. Location of the bridges along Hana Highway will present accessibility and materials and equipment delivery challenges. It is anticipated that numerous night closures and multi-day closures of Hana Highway will be required to construct proposed improvements. Public outreach during construction will be paramount to keep the residents and the traveling public updated about construction activities and roadway closures. PRINCIPAL WORK ITEMS: Approximate quantities of principal work items include: 200 cubic yards of Removal of Stone Masonry 1,800 cubic yards of Roadway Excavation 1,620 cubic yards of Structure Excavation 1,100 cubic yards of Structural Backfill 1,140 ton of Roadway Aggregate, Method 2 1,170 ton of Asphalt Concrete Pavement, Type 1 1,75 cubic yards of Structural Concrete, Class A 15 Precast, Prestressed Concrete Slabs 250,100 pounds of Reinforced Steel 655 linear feet of Bridge Railing, Concrete 7,510 linear feet of Micropiles 15 Micropile Load Verification Tests 230 square yards of Stone Masonry 520 linear feet of Stone Masonry Guardwall 155 linear feet of the Stone Masonry Anchor Slab Guardwall 10,000 square yards of Placing Conserved Topsoil 4-inch Depth Removal of Bridge Superstructure Temporary Traffic Control Temporary Traffic Control, Public Information Program ANTICIPATED SCHEDULE: Advertisement is anticipated in May 2026, with contract award date in July 2026 and construction anticipated between August 2026 and November 2029. PROCUREMENT METHODOLGY: Central Federal Land intends to use a competitive negotiated procurement methodology including but not limited to; Tradeoff approach or Highest technically rated with a fair and reasonable price approach. ESTIMATED COST RANGE: The estimated price range for this project is between $35,000,000 and $45,000,000.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/74815a2ad6864593ad25b37aa8c5eabb/view)
- Place of Performance
- Address: Hana, HI 96713, USA
- Zip Code: 96713
- Country: USA
- Zip Code: 96713
- Record
- SN07670670-F 20251220/251218230044 (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 |