SOURCES SOUGHT
Y -- NV FLAP NYE 10(1) Bob Ruud Mem Hwy & Bell Vista Ave
- Notice Date
- 1/9/2026 7:35:05 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
- 6982AF26SS0003
- Response Due
- 1/26/2026 1:00:00 AM
- Archive Date
- 02/10/2026
- Point of Contact
- Denise Martinez, Ryan Phillips
- E-Mail Address
-
CFLAcquisitiions@dot.gov, CFLAcquisitiions@dot.gov
(CFLAcquisitiions@dot.gov, CFLAcquisitiions@dot.gov)
- Description
- SOURCES SOUGHT: 6982AF26SS0003 PROJECT NUMBER: NV FLAP NYE 10(1) PROJECT NAME: Bob Ruud Mem Hwy & Bell Vista Ave 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. Interested businesses must submit the following by e-mail to CFLAcquisitions@dot.gov (Attn: Denise Martinez) for receipt by close of business (2 p.m. local Denver time) on January 26, 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 status) that apply to your business; (3) A letter from a bonding agent stating your firm�s capability to bond for a single project of $40 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 NV FLAP NYE 10(1) Bob Ruud Mem Hwy & Bell Vista Ave project in which you performed roadway reconstruction, rehabilitation, paving, drainage, safety improvements. Full depth reclamation (FDR), installation of new aggregate base, asphalt paving, and culvert replacement as the prime contractor. 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/ PROJECT DESCRIPTION: The Central Federal Lands Highway Division (CFLHD) intends to issue a solicitation for the reconstruction and rehabilitation of approximately 20 miles of roadway. The project begins in Pahrump at the intersection of State Highway 160 and Bell Vista Avenue and provides access to Ash Meadows National Wildlife Refuge and Death Valley National Park. The project aims to improve safety and drainage on Bob Ruud Memorial Highway and Bell Vista Avenue. Bob Ruud Memorial Highway is characterized as a typical rural highway, while Bell Vista Avenue is in a more urban setting within Pahrump, featuring multiple approach roads. SCOPE OF THE WORK: The project consists of roadway reconstruction, rehabilitation, paving, drainage, and safety improvements. Specific work includes full-depth reclamation (FDR), installation of new aggregate base, asphalt paving, and culvert replacement (with some requiring approximately 10 feet of excavation). PRINCIPAL WORK ITEMS: Major items of work include the following ranges: Aggregate Base: 30,000 - 50,000 tons Full Depth Reclamation (4-inch depth): 22 miles Full Depth Reclamation (8-inch depth): 10 miles Asphalt Pavement: 65,000 - 80,000 tons 24-inch Culvert: 1,000 - 2,500 LNFT ANTICIPATED SCHEDULE: Anticipated advertisement April 2026 with an award June 2026, and a tentative project completion of May 2027. ESTIMATED COST RANGE: Between $20,000,000 and $40,000,000
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/268fca53b1f04ae2a9ae84c8f7795e4a/view)
- Place of Performance
- Address: Amargosa Valley, NV 89020, USA
- Zip Code: 89020
- Country: USA
- Zip Code: 89020
- Record
- SN07683097-F 20260111/260109230035 (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 |