Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2003 FBO #0675
SOLICITATION NOTICE

Y -- Highway Construction: WA PRA-MORA 10(10), STATE ROUTE 123, PHASE 1

Notice Date
10/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA, 98661-3801
 
ZIP Code
98661-3801
 
Solicitation Number
DTFH70-04-B-00001
 
Response Due
4/15/2004
 
Point of Contact
Contracts Office, Western Federal Lands Highway Division, Phone (360)619-7520, Fax (360)619-7932,
 
E-Mail Address
contracts@wfl.fha.dot.gov
 
Description
WA PRA-MORA 10(10), SR 123, PHASE I, Mount Rainier National Park, Pierce & Lewis counties, Washington. THIS ACTION IS BEING CONSIDERED FOR A TOTAL HUBZONE SMALL BUSINESS SET-ASIDE. Prime Contractors who are HUBZone small businesses and who intend to submit an offer for this solicitation, MUST submit the following by e-mail to contracts@wfl.fha.dot.gov or by fax to 360.619.7932 for receipt by COB on October 8, 2003: (a) a positive statement of your intention to submit an offer for this solicitation as a Prime Contractor; (b) date of HUBZone small business certification; (c) statement of bonding capability, to include both single and aggregate totals; and (d) listing of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with their phone numbers. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone concerns. Failure to submit all information requested will result in a contractor being considered NOT INTERESTED in this solicitation. A decision on whether this will be pursued as a HUBZone small business set-aside or on an unrestricted basis will be posted as a modification in FedBizOpps. THIS PROJECT WILL BE BID WITH TWO SCHEDULES, SCHEDULE A AND SCHEDULE B. THIS WORK CONSISTS OF 8.5 km of grading, drainage, recycle aggregate, asphalt, paving, buttresses, retaining walls, rails, & pit development. The project consists of construction survey & staking; contractor sampling & testing; construction schedules; blasting consultant; 6,000 m soil erosion control devices; 20,000 cu m watering for dust control; 5.6 ha clearing & grubbing; 24 ea removal of structures & obstructions; 10,000 cu m excavation & embankment; 7,000 sq m earthwork geotextiles; 2,300 sq m roadway obliteration; 8,000 sq m scarify asphalt surface; 200 cu m riprap; 1,000 sq m MSE walls; 75,000 cu m rock buttresses; 11,000 t untreated aggregate courses; 250 cu m recycled aggregate course; 400 cu m aggregate topsoil course; 11,000 t hot asphalt concrete pavement; 2,200 t minor hot asphalt concrete; 20 t asphalt tack coat; 50,500 sq m continuous cold recycled asphalt base course; 200 m painting bridge railing; 20 ea concrete headwalls; 200 m culverts; 190 m underdrains; 70 m curb; 100 m horizontal drains; 180 sq m sidewalk; 200 m guardrail; 3,000 cu m topsoil; 78 sq m permanent traffic control devices; 50,000 m permanent pavement markings; 2,600 flagger hours; 200 pilot car hours; 2 ea signals; and other smaller items of work. Project is located approximately 25 km North of Packwood, Washington. Work shall be completed by July 2006 (Schedule B) or August 2006 (Schedule A). Estimated price range is between $5,000,000 and $10,000,000. PRELIMINARY PLANS WILL BE ISSUED IN ELECTRONIC FORMAT only and will be available for download some time after October 1, 2003, by accessing FedBizOpps at http://www1.eps.gov/spg/dot/fhwa/wfl/postdate_1.html and selecting the above project number and title. When solicitation documents are issued, THE INVITATION FOR BID (specifications) and bidder?s packet will also be in electronic format only at the above site. Pending finalization of details to make plans available electronically, plans will only be available in paper format. request plans by e-mail to contracts@wfl.fha.dot.gov, OR BY FAX TO (360)619-7932. The following applies only to Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. The DOT Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOT?s Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at prime rate. For further information about the Bonding Assistance Program, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: Project is located approximately 25 km north of Packwood, Washington.
 
Record
SN00445640-W 20031003/031001213154 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.