SOURCES SOUGHT
Y -- ND RRP CLSA 12(2), Scenic Auto Tour Route
- Notice Date
- 3/25/2010
- 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
- ND-RRP-CLSA-12(2)
- Archive Date
- 4/17/2010
- 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 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 2, 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. 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 $3.5 million, and your firm’s aggregate bonding capacity; and (4) Provide a list of road construction projects involving precast concrete girder bridge construction, low water crossings, H-piles, aggregate base, and rigid 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 project is located within J Clark Salyer National NWR near Upham, ND. The project crosses areas that are relatively flat with little to no hilly terrain. This project is located within the 12 mile stretch of road that begins at the Willow-Upham Road and ends at the intersection of Route 14. This section of the Refuge road is called the Scenic Auto Tour Route. The project work consists of the relocation of the Johnson bridge, the construction of the Souris River bridge (at the previous location of the Johnson bridge), and seven low water crossings. This project will require approximately 1340 cubic yards of earthwork, 2000 tons of aggregate base, 6300 square yards of rigid pavement, 1000 linear feet of Steel H-Piles, 300 linear feet of precast concrete girders, 33,000 lbs of epoxy coated reinforcement, and 150 cubic yards of structural concrete. In addition to the main roadway items there will be a small pullout and path, guardrail, signs, and temporary erosion control devices. This project consists of three contract schedules. Schedule A consists of the relocation of the Johnson Bridge, construction of the Souris River bridge, and four low water crossings. Schedule B includes the work within Schedule A and adds two more low water crossings. Schedule C includes the work within Schedule B and adds an additional low water crossing. It is anticipated that this project will be advertised in early May 2010 with construction being completed in one season. Estimated cost $1.75 to $3.5 million
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/ND-RRP-CLSA-12(2)/listing.html)
- Record
- SN02102532-W 20100327/100325234937-1282aac013d12b302a45bae070aec104 (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 |