Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2011 FBO #3562
SOURCES SOUGHT

Y -- SD PRA BADL 10(7), Dillon Pass Road

Notice Date
8/24/2011
 
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
SD-PRA-BADL-10(7)
 
Archive Date
9/15/2011
 
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 August 31, 2011: (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 $6.0 million, and your firm's aggregate bonding capacity; and (4) Provide a list of similar value road construction projects including hot asphalt concrete pavement overlay, drainage improvements, deep pavement patching including excavation, placement of geogrid, placement of new aggregate surfacing, and paving, as well as incidental roadway rehabilitation improvements. 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: SD PRA BADL 10(7), Dillon Pass Road This project is located approximately 75 miles Southeast of Rapid City, South Dakota, within the North Unit of Badlands National Park. The proposed project will rehabilitate 3.48 miles of the parks primary paved road, known as the Badlands Loop Road, with an optional schedule to rehabilitate 1.60 miles of Conata Road. Both routes are entirely within Badlands National Park. Work associated with this project consists of a hot asphalt concrete pavement overlay, drainage improvements, deep pavement patching including excavation, placement of geogrid, placement of new aggregate surfacing, and paving, as well as incidental roadway rehabilitation improvements. The Base schedule A begins just South of the Pinnacles Overlook parking area and terminates west of the Conata Basin Overlook. Principal work items for Base Schedule A include: 9,740 SY of deep pavement patching, 1,330 lf of 24" HDPE pipe, 200 lf of 12" HDPE pipe, 17,700 lnft of asphalt curb, 350SY of concrete sidewalk, 7,500 tons of hot asphalt concrete pavement, 69,200 SY of surface treatment (double chip seal), along with associated traffic control, soil erosion control, and other improvements incidental to road rehabilitation types of projects. There is also one optional schedule: Option X - rehabilitate 1.60 miles of Conata Road beginning at its junction with the Badlands Loop Road (within the limits of the schedule A work) and progressing South. Principal work items include 2,980 tons of hot asphalt concrete pavement, 27,300 SY of surface treatment (double chip seal), 930 SY of deep pavement patching, 440 tons of aggregate topsoil course, and other improvements incidental to road rehabilitation types of projects. It is anticipated that this project will be advertised in early October of 2011 with construction beginning April, 2012 and extending through September, 2012. Estimated cost for the base schedule and option is $3.0 to $6.0 million
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/SD-PRA-BADL-10(7)/listing.html)
 
Place of Performance
Address: Badlands National Park, Interior, South Dakota, 57750, United States
Zip Code: 57750
 
Record
SN02548385-W 20110826/110825000834-053a9b641a336edd51476a2e8911bf1e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.