Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2003 FBO #0703
SOLICITATION NOTICE

Y -- Highway Construction - WY PRA-YELL 13(3), East Entrance Road, Segment C

Notice Date
10/29/2003
 
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-R-00005
 
Response Due
2/18/2004
 
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
WY PRA-YELL 13(3), EAST ENTRANCE ROAD, SEGMENT C, Yellowstone National Park, Park County, Wyoming. The solicitation will be issued under Federal Acquisition Regulations (FAR) Part 15 ? Contracting by Negotiation. The Government will award a firm-fixed price contract to the responsible proposer whose offer, conforming to the Request for Proposal (RFP), will be the Best Value to the Government, price, and other factors considered. THIS SOLICITATION WILL BE SOLICITED AS FULL AND OPEN COMPETITION ON AN UNRESTRICTED BASIS AND WILL BE SOLICITED WITH THREE (3) SCHEDULES: A BASE SCHEDULE AND TWO OPTIONS (OPTION A AND OPTION B). THE WORK CONSISTS OF 11.9 km of: grading, drainage, base, paving, concrete and MSE retaining walls, and stone masonry guardwalls. THE PROJECT INCLUDES: construction survey & staking; contractor sampling & testing; construction schedules; blasting consultant; soil erosion control devices: 700m Base, 2,500m Opt A, 1,700m Opt B; watering for dust control: 11,000 cu m Base, 20,000 cu m Opt A, 10,000 cu m Opt B; clearing & grubbing: 9.9ha Base, 14.1ha Opt A, 8.8ha Opt B; removal of guardrail: 1,050m Base, 3,500m Opt A; excavation & embankment: 70,000 cu m Base, 110,000 cu m Opt A, 20,000 cu m Opt B; rock blasting ? controlled blast hole: 7,600m Base, 15,000m Opt A, 2,000m Opt B; earthwork geotextiles: 1,100m Opt B; structure excavation: 1,400 sq m Base, 1,100 sq m Opt A; roadway obliteration: 750 sq m Base, 1,600 sq m Opt A, 500 sq m Opt B; subexcavation: 3,000 cu m Base, 6,600 cu m Opt A, 2,000 cu m Opt B; riprap: 30 cu m Base, 2,000 cu m Opt A, 1,400 cu m Opt B; MSE walls: 1,800 sq m Base, 2,700 sq m Opt A; permanent ground anchors: 11 ea Base, 23 ea Opt A; reinforced concrete retaining walls: 300 cu m Base, 130 cu m Opt A; rockery walls: 1,300 sq m Base, 1,200 sq m Opt A, 800 sq m Opt B; minor crushed aggregate: 1,000t Base, 1,700t Opt A, 300t Opt B; emulsified asphalt treated base course: 17,000t Base, 23,000t Opt A, 21,000t Opt B; recycled aggregate course: 31,000t Base, 43,000t Opt A, 39,000t Opt B; hot asphalt concrete pavement: 7,200t Base, 10,400t Opt A, 9,700t Opt B; minor hot asphalt concrete: 400t Base, 700t Opt A, 250t Opt B; asphalt tack coat: 18t Base, 23t Opt A, 22t Opt B; steel structures (steel soldier piles): 80m Base, 170m Opt A; timber structures (timber lagging): 45 sq m Base, 90 sq m Opt A; drilled shafts: 80m Base, 170m Opt A; minor concrete structures: 100 cu m Base, 175 cu m Opt A; culverts: 450m Base, 670m Opt A, 280m Opt B; inlets: 1 ea Base, 1 ea Opt A; underdrains: 130m Opt A, 150m Opt B; sheet drain: 60m Base, 650m Opt A; paved waterways: 27 sq m Opt A; log, asphalt, and stone curb: 860m Base, 1,300m Opt A, 450m Opt B; simulated stone masonry surface: 1,800 sq m Base, 2,300 sq m Opt A; sidewalks and paved medians: 60 sq m Base, 90 sq m Opt A; guardrail 2,100m Base, 4,300m Opt A; gates: 1 ea Base; topsoil: 38,000 sq m Base, 82,000 sq m Opt A, 23,000 sq m Opt B; turf establishment: 3.7 ha Base, 8.2 ha Opt A, 2.3 ha Opt B; permanent traffic control devices: 2.8 sq m Base, 5.0 sq m Opt A, 4.5 sq m Opt B; permanent pavement markings: 18,000m Base, 25,000m Opt A, 21,000m Opt B; flagger hours: 20,000 hrs Base, 6,500 hrs Opt A; pilot car hours: 3,000 hrs base; wetland mitigation (landscape logs): 1,500m Base, 1,700m Opt A, 1,800m Opt B; wildlife passage structure: 1,400 cu m Opt A; and other smaller items of work. PROJECT IS LOCATED approximately 85 km west of Cody, Wyoming. Work shall be completed by November 1, 2006 for all schedules: Base, Opt A, and Opt B. Estimated PRICE RANGE is over $10 million. PRELIMINARY PLANS will be issued in electronic format only and will be available for download some time after October 29, 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 Request for Proposal (SPECIFICATIONS) AND OFFEROR?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: The project is located in Yellowstone National Park, Park County, Wyoming approximately 85 km west of Cody, Wyoming.
 
Record
SN00461386-W 20031031/031029213156 (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.