SOURCES SOUGHT
Y -- CA PRA YOSE 14(4), Wawona Road
- Notice Date
- 11/5/2009
- 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
- CA-PRA-YOSE-14(4)
- Archive Date
- 11/27/2009
- Point of Contact
- Craig Holsopple, Phone: 7209633350
- E-Mail Address
-
craig.holsopple@fhwa.dot.gov
(craig.holsopple@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, 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 November 12, 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 $16.0 million, and your firm’s aggregate bonding capacity; and (4) Provide a list of road construction projects involving culverts, box culverts, roadway and driveway grading, and asphalt concrete pavement. 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: This is a 24.4-mile long 3R (rehabilitation) project in Yosemite National Park, between the South Park entrance and Southside Drive. This project has two schedules. Schedule “A” begins just north of Wawona Campground and proceeds north for 19.2 miles to Southside Drive, Schedule “B” ” begins approximately 0.8 miles north of the South Entrance Station and proceeds north 24.4 miles to Southside Drive. A + B bidding will be used on this project. Significant quantities include: 1,287 STATIONS of Shoulder and Ditch Reconditioning, 1,287 STATIONS of 8-inch depth Pulverizing, 18,600 TONS of Roadway Aggregate, 98,900 TONS of Hot Asphalt Concrete Pavement, 64,400 LN FT of Concrete Curb, and 4,320 HOURS of Flagger. It is anticipated that this project will be advertised in December, 2009 with construction beginning in February, 2010 and ending in September, 2011. Estimated cost $13.0 to $19.0 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-PRA-YOSE-14(4)/listing.html)
- Place of Performance
- Address: Yosemite National Park, Wawona Station, California, 95389, United States
- Zip Code: 95389
- Zip Code: 95389
- Record
- SN01999270-W 20091107/091106000325-5d41c15e2578344f24d379c5f7bc0a78 (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 |