SOURCES SOUGHT
Y -- CA PRA GOGA 109(1), 107(1), 108(1) & 418(1) Conzelman Road and Various
- Notice Date
- 8/28/2009
- 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
- CONZELMAN-ROAD-AND-VARIOUS
- Archive Date
- 9/23/2009
- Point of Contact
- Craig Holsopple, Phone: 7209633350, Lori T. Kliethermes, Phone: 7209633355
- E-Mail Address
-
craig.holsopple@fhwa.dot.gov, lori.kliethermes@fhwa.dot.gov
(craig.holsopple@fhwa.dot.gov, lori.kliethermes@fhwa.dot.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 TOTAL HUBZONE, 8(A) SMALL BUSINESS, OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES TO SET THIS PROJECT 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: Craig Holsopple) for receipt by close of business (3 p.m. local Denver time) on September 8, 2009: (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. In the case of a Service Disabled Veteran Owned Small Business Concern, you must provide proof of eligibility (DD form 214 or a letter of adjudication from the Veterans Administration). This information must be provided in order to determine eligibility – DO NOT SEND COPIES OF YOUR CCR PROFILE; (3) letter from bonding agent stating your firm’s capability to bond for a single project of $19.5 million, and your firm’s aggregate bonding capacity; and (4) Provide a list of road construction projects involving rehabilitation, parking lot improvements, spot reconstruction, minor drainage improvements, and paving. State whether your firm was the prime contract 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 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: The project is located approximately 10 miles north of San Francisco, California in Golden Gate National Recreation Area. The proposed project has three schedules. Schedule A, B and C will rehabilitate 5.1, 6.0 and 7.3 miles of roadways (respectively) within the Marin Headlands. These roads include Conzelman Road, McCullough Road, Danes Drive, Field Road and East Road. The routes are entirely within the Golden Gate NRA. Project work includes rehabilitation, parking lot improvements, sight distance improvements, spot reconstruction, minor drainage improvements, and resurfacing of the existing roadway, parking areas, and pullouts. Roadway rehabilitation consists of widening the roadway; removing the existing asphalt pavement; grading the roadway to improve superelevation, crown and profile; and resurfacing with hot asphalt concrete pavement. Roadway reconstruction includes intersection realignments to improve safety, construction of a new roundabout and loop turnaround, an MSE wall on Conzelman Road, and minor alignment shifts for safety improvements. Work includes removing the existing pavement; minor excavation and embankment to construct the subgrade; placing of aggregate base and recycled asphalt pavement; and resurfacing with hot asphalt concrete pavement. In addition, project work includes the removal of inferior subgrade material (sub-excavation), drainage improvements (new and replacement culverts, culvert/drop inlet installations and extensions, cleaning culverts, rundown and dissipater construction, concrete curb and gutter construction, and riprap installation); rock cuts for sight distance improvements, and other incidentals. The roadway is currently open to public traffic. Road closures will be allowed on East Road and Conzelman Road with restrictions. Alternating one-way traffic will be permitted on the other roads, with short delays and other limitations. The work is anticipated to take two construction seasons starting in January 2010 and ending in September 2011. Major Work Items and Estimated Quantities on the largest schedule: Removal of Asphalt Pavement (m2)82,500 Roadway Excavation (m3)40,000 Waste (m3) 34,000 Mechanically Stabilized Earth Wall (m2)560 Gabions (m3) 220 Aggregate Base (metric tons)15,000 Hot Asphalt Concrete Pavement (metric tons)17,250 Underdrains (m) 740 Pipe Culvert (m) 2,440 Concrete Curb (m) 8,240 Concrete Sidewalk (m2) 1,300 W-beam Guardrail, Wood Posts (m)3,400 Concrete Guardwall/ Perimeter Wall (m)325 Pavement Markings (m) 43,000 Sign Systems (Each) 184 It is anticipated that this project will be advertised in early October, 2009, with construction occurring from January 2010 to September 2011. Estimated cost $13.0 to $18.5 million
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CONZELMAN-ROAD-AND-VARIOUS/listing.html)
- Place of Performance
- Address: Golden Gate National Parks, Fort Mason, Building 201, San Francisco, California, 94123, United States
- Zip Code: 94123
- Zip Code: 94123
- Record
- SN01931891-W 20090830/090829004101-59756fe9809e1b0d7cf527d09662e9f4 (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 |