Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
SOURCES SOUGHT

Y -- AZ PFH 3-1(2), Flagstaff - Clints Well

Notice Date
3/1/2012
 
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
AZ-PFH-3-1(2)
 
Archive Date
3/24/2012
 
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 NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman owned small business concerns, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs 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 March 9, 2012: (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 $14 million, and your firm's aggregate bonding capacity; and (4) Provide a list of similar value road construction projects including ( as the prime contractor) pulverization, superpave, fog seal, and guardrail. 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: AZ PFH 3-1(2), Flagstaff - Clint Wells The project site locations consist of conducting 3R Pavement Improvements, guardrail and signing. Schedule A - 9.51 miles of roadway paving and pullouts. Total of 40,206 tons of Superpave pavement. Approximately 187,952 square yards of Pulverization (8 inch depth). Approximately 78 tons of fog seal. This schedule also includes permanent signing and striping as well as approximately 1,713 linear feet of Guardrail Sytem G4. Option W - 4.5 miles of roadway paving and pullouts. Total of 19,408 tons of Superpave pavement. Approximately 90,695 square yards of Pulverization (8 inch depth). Approximately 38 tons of fog seal. This Option also includes permanent signing and striping as well as approximately 3,238 linear feet of Guardrail System G4. Option X - 3.1 miles of roadway paving and pullouts. Total of 13,775 tons of Superpave pavement. Approximately 64,341 square yards of Pulverization (8 inch depth). Approximately 27 tons of fog seal. This Option also includes permanent signing and striping as well as approximately 2,438 linear feet of Guardrail System G4. Weather limitations for surface treatments - April 15, 2012 to October, 2012. Significant quantities include 40,206 tons of paving for the section of Schedule A beginning at the north end of this route at MP 307.5 and ending at MP 298.0. Estimated cost for the base schedule and two options option is $6 to $14 million. It is anticipated that this project will be advertised in late March, 2012 with construction beginning in May, 2012 and extending through October, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/AZ-PFH-3-1(2)/listing.html)
 
Place of Performance
Address: Coconino National Forest, Mogollon Ranger District, Arizona, 86024, United States
Zip Code: 86024
 
Record
SN02686664-W 20120303/120301234753-acd23ec42e1d72d836d80ec0df051c82 (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.