SOURCES SOUGHT
Y -- CA PRA SEKI 10(9), Generals Highway
- Notice Date
- 11/19/2008
- Notice Type
- Sources Sought
- 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, Colorado, 80228
- ZIP Code
- 80228
- Solicitation Number
- CA-SEKI-10(9)
- Archive Date
- 12/16/2008
- Point of Contact
- Brenda J McGehee,, Phone: 720-963-3353
- E-Mail Address
-
brenda.mcgehee@fhwa.dot.gov
- Small Business Set-Aside
- N/A
- 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: Brenda McGehee) for receipt by close of business (4 p.m. local Denver time) on December 1, 2008: (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 (4) a 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. 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 Online Representations and Certifications Application (ORCA) located at https://orca.bpn.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 DETAILS: This project will consist of roadway rehabilitation, asphalt overlay, retaining walls, and drainage on 8.53 miles of roadway on Generals Highway and 0.71 miles of roadway on Wusachi Village Road in Sequoia and Kings Canyon National Park, Tulare County, California. Estimated price range is between $8,000,000 and $11,000,000. INTERESTED VENDORS MUST BE ABLE TO BOND TO AT LEAST $11 MILLION IN ORDER TO BE CONSIDERED AS A VIABLE FIRM. Principal work items on include: lump sum contractor testing; 10,500 ln ft of silt fence; 100 each of inlet protection; lump sum watering for dust control; 140,000 sq yd of pulverizing, 8-inch depth; 23,000 tons of hot asphalt concrete pavement; 230 tons of antistrip additive; 60 tons of fog seal; 150 tons of prime coat; 1,010 tons of blotter; 60 tons of tack coat; 290 ln ft of pipe culvert (various size); 5,000 ln ft of standard underdrain system; 55 each of culverts (cleaning in place); 4,000 ln ft cleaning paved ditches; 7,600 ln ft concrete curb (various depth); 9 each stone masonry headwalls for pipe culvert; 97,600 ln ft of pavement markings – temporary traffic control; 4,000 hours of traffic control (flagger and pilot car); along with associated survey and staking, roadway obliteration, riprap, gabions, guardrail, and labor. Tentative advertisement date is December 17, 2008. PLEASE NOTE: The Invitation for Bid will be available for download after December 17, 2008, from the Federal Business Opportunities (FBO) website at www.fedbizopps.gov. PLANS WILL BE AVAILABLE FOR DOWNLOAD IN ADOBE (.pdf) FORMAT ONLY ON CFLHD's WEBSITE at http://www.cflhd.gov/procurement/construction/advertised-projects.cfm under the Project Name. Other information regarding this solicitation is also available at the above website after the advertisement date. If you have problems accessing information on the website, please call (720) 963-3353 or (720) 963-3354. 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.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c005e62077b158102d6ce4a3e9200269&tab=core&_cview=1)
- Place of Performance
- Address: Sequoia and Kings Canyon National Park, Three Rivers, California, 93271, United States
- Zip Code: 93271
- Zip Code: 93271
- Record
- SN01706915-W 20081121/081119214913-c005e62077b158102d6ce4a3e9200269 (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 |