SOURCES SOUGHT
Y -- WY HPP 4-1(6), Beartooth Highway Reconstruction Project
- Notice Date
- 3/24/2010
- 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
- WY-HPP-4-1(6)
- Archive Date
- 4/16/2010
- 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 April 1, 2010: (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 $15.0 million, and your firm’s aggregate bonding capacity; and (4) Provide a list of similar value road construction projects performed in remote, environmentally sensitive high altitude terrain involving construction of prestressed concrete girder bridge, roadway excavation, aggregate base, and superpave 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: The Beartooth Highway in Wyoming begins at the Wyoming/Montana State Line east of Cooke City, Montana, following US 212 for 56.1 kilometers to the Wyoming/Montana State Line southwest of Red Lodge, Montana. The project is located entirely within the Shoshone National Forest. The project begins at approximately Mile Post 26 immediately west of Beartooth Lake Outlet Bridge, and ends at approximately Mile Post 27.7 immediately west of Little Bear Creek. The project is located in remote, environmentally sensitive high alpine terrain (in excess of 9,000 feet) with a very limited construction season (4 to 5 months per year), and must be completed in 2011. Considerable attention to detail is required in project construction due the historical eligibility of the existing roadway and bridges. The base Schedule A for this project consists of the removal of the existing Beartooth Lake Outlet Bridge, and reconstructing a new structure, with approaches totaling 0.4 mile, immediately adjacent to, and partially over, the existing bridge. The existing bridge can be partially used for maintenance of traffic, and is required to be deconstructed in an extremely careful manner in order to preserve the existing stone masonry for reuse on the new structure, and limit turbidity in Beartooth Creek. Schedule A will also contain the construction of a historic bridge interpretive site, parking area, and access trail, as well as reconstruction of the Beartooth Lake Campground approach road intersection. The principal work items on the base schedule include: lump sum contractor testing, lump sum construction schedule, 3,500 m3 roadway excavation, 7,700 m3 unclassified borrow, 6,000 t aggregate base, 1,350 t superpave pavement, 124 m precast, prestressed concrete girders, 46,750 kg reinforcing steel - epoxy coated, 260 m3 structural concrete, 830 m micropiles, 2 trial micropiles, 131 m of Guardrail system G3 - Wyoming box beam steel posts, along with associated traffic control and equipment/flagging, soil erosion control, survey and staking, pavement markings. There are two optional schedules: (1) Option V – pre-grubbing removal of stumps, seeding and mulching, and erosion control, along a 1.2 mile extension of the eastern bridge approach; (2) Option W – grade, drain, and pave 1.2 miles of roadway predominately along the existing alignment east of the Beartooth Lake Campground approach intersection. Principal work items on Option V include: 200 hours each of Dump Truck, Bulldozer, Excavator, and Labor for stump removal, 4.0 ha seeding, 4.0 ha mulching, 2,400 m silt fence, and associated traffic control equipment/flagging, seeding, and mulching. Principal work items on Option W include: lump sum contractor testing, lump sum construction schedule, 27,500 m3 roadway excavation, 5,100 m3 unclassified borrow, 14,000 t aggregate base, 3,650 t superpave pavement, 1,450 m asphalt curb, 450 m of guardrail system G4 (w-beam steel posts), 5.4 ha seeding, 4.6 ha mulching, along with associated traffic control and equipment/flagging, soil erosion control, survey and staking, pavement markings. Tentative advertisement date is late April 22, 2010 with construction being completed in one season. It is anticipated that this project will be advertised in early March with construction beginning in June, 2010 and extending up to two construction seasons. Estimated cost for the base schedule and both options is $6.0 to $15.0 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/WY-HPP-4-1(6)/listing.html)
- Place of Performance
- Address: Shoshone National Forest, U.S. Route 212, Shoshone National Forest, Wyoming, 82414, United States
- Zip Code: 82414
- Zip Code: 82414
- Record
- SN02101220-W 20100326/100325011331-0bcac86929876a74120d21ca83a0e8a4 (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 |