Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2007 FBO #1899
SOLICITATION NOTICE

Y -- WY HPP 4-1(4), Beartooth Highway, Shoshone National Forest, Park County, Wyoming

Notice Date
2/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, CO, 80228, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DTFH68-07-B-00008
 
Response Due
2/12/2007
 
Archive Date
6/1/2007
 
Description
THIS ACTION IS BEING CONSIDERED FOR A TOTAL HUBZONE, 8(A) SMALL BUSINESS OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (Details Below). Prime Contractors who are HUBZone small businesses, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation MUST submit the following by e-mail to CFLContracts@fhwa.dot.gov or by telefax to 720-963-3360 (Attn: LeeAnn Bush) for receipt by close of business (4 p.m. local Denver time) on February 12, 2007: (1) a positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (2) a copy of the letter from SBA stating date of HUBZone small business certification or acceptance to the 8(a) small business program or acceptance to the service-disabled veteran-owned small business program (must be obtained prior to date of this synopsis); (3) letter from bonding agent stating bonding capability, to include single and aggregate totals; and listing of experience in work similar in type and scope of this proposed synopsis. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone, 8(a), or service disabled veteran-owned small business 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, 8(a), or service disabled veteran-owned small business set-aside or on an unrestricted basis will be made following the due date and posted as an amendment to this sources sought on the Federal Business Opportunity website at www.fbo.gov. NOTE: 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 DETAILS: This project will consist of roadway realignment, reconstruction, grading, drainage, aggregate base, hot asphalt concrete pavement guardrail, bridges, and interpretive site on 3.120 kilometers (largest schedule) of roadway in Shoshone National Forest, Park County, Wyoming. Estimated price range is between $7,000,000 and $10,000,000. This project contains twp schedules. Principal work items on the largest schedule include: Lump sum contractor testing; 6,600 m of soil erosion control ? silt fence; 12.50 ha of clearing and grubbing; removal of 2 bridges; 72,000 m3 of roadway excavation; 4,000 m3 of subexcavation; 8,900 m2 of earthwork geotextile (type II-A & II-A-C); 552 m3 of structure excavation; 1,170 m3 of structural backfill (mechanically reinforced); lump sum shoring and bracing of other structures; 15,500 m2 of roadway obliteration (method 1); 25 m of riprap ditch; 630 m3 of placed riprap (various class); 345 boulders; 28,000 tons of aggregate base; 6,500 tons of hot asphalt concrete pavement; 425 m3 of structural concrete; 382.4 m of precast prestressed concrete box beam; 61,610 kg of epoxy coated reinforcing steel; 164 m of steel bridge railing (WYDOT TL-3); 2 micropile load verification tests; 2 concrete headwalls for 24000 mm equivalent diameter pipe culvert; 415 m of various size pipe culvert; 46 m 2400 equivalent diameter arch or elliptical pipe culvert; 275 m2 removal and reset stone masonry; 13,000 m3 of placing conserved topsoil; 21 ha of seeding, dry method (various mixes); 435 m of temporary concrete barriers for traffic control; 2,300 hours for temporary traffic control, flagger; residential housing (workcamp); along with associated survey and staking; removal of gates, pipe culvert, signs, fence; concrete curb; rental equipment; materials transfer vehicle; mulching; planting; pavement markings; etc. Tentative advertisement date is February 21, 2007. PLEASE NOTE: The Invitation for Bid will be available for download on or after February 21, 2007 from the Federal Business Opportunities (FedBizOpps) website at www.fedbizopps.gov. PLANS WILL BE AVAILABLE FOR DOWNLOAD on or after February 21, 2007, IN ADOBE (.pdf) FORMAT ONLY ON CFLHD's WEBSITE at http://www.cflhd.gov/procurement/construction/advertised-projects.cfm under the Project Name. In order to view the plans, interested vendors must register through the CFL website. Other information regarding this solicitation is also available at the above website. If you have problems accessing information on the website, please call (720) 963-3353 or (720) 963-3355. Technical questions specific to the project will only be addressed by FHWA via written correspondence to e-mail address CFLContracts@fhwa.dot.gov or FAX to (720) 963-3360. Bidders/Offerors must acknowledge all amendments in order to be deemed responsive to this solicitation. It is the bidders/offerors responsibility to check for any amendments issued during the advertisement period. Amendments to this solicitation will be posted on our website or on the Federal Business Opportunities website listed above. All bid forms, bid bonds, and other documents required for the bid submittal shall be submitted to FHWA in paper format. Electronic format for the bid submittal documents will not be allowed.
 
Place of Performance
Address: Shoshone National Forest,, 808 Meadow Lane,, Cody, WY
Zip Code: 82414
Country: UNITED STATES
 
Record
SN01225796-W 20070207/070205220327 (fbodaily.com)
 
Source
FedBizOpps 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.