Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2013 FBO #4201
SOLICITATION NOTICE

Z -- Evan Hewes Highway Resurfacing Project

Notice Date
5/24/2013
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - LC - Yuma Area Office 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
R13PS34094
 
Archive Date
5/24/2014
 
Point of Contact
Jacqueline Carrera, (928) 343-8217 Contract Specialist 9283438217 jcarrera@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Reclamation (Reclamation) has a requirement for resurfacing the Evan Hewes Highway located in Imperial County, CA roughly mile West of Gordon's Well Interstate 8 (I-8) (Exit 151) interchange to just West of the Brock Research Center I-8 (Exit 146) interchange and is about.34 miles long. Project Description: The Evan Hewes Highway is an existing highway originally constructed to replace the Old Plank Road through the sand dunes between Yuma, AZ and El Centro, CA and continuing through to San Diego, CA. The original asphalt road was constructed in the mid 1920's by the state of California and decommissioned in the mid 1960's when I-8 was built. During its period of service it was replaced once and received numerous overlays and repairs. This section of road has been used primarily for access to the sand dunes recreation area in low volume traffic conditions. Most recently, Evan Hewes Highway has been used for construction traffic for the building of the new Brock Storage Reservoir and associated structures. As part of the encroachment permit agreement with Imperial County, Reclamation agreed to return the temporary realigned portion of the roadway to its previous alignment and condition. The principal components of work to be performed include the following: 1. Excavating out and stockpiling the designated base material to a stockpile location in the W. H. Brock Reservoir. 2. Furnish, install, and compact new aggregate road base in the designated area. 3. Furnish and place new asphalt section on designated area (2" asphalt pavement, 3/8" ARAM membrane layer, and 2" aggregate rubber hot mix (ARHM)) per Statement of Work. 4. Stripping of the newly rebuilt section of roadway per Statement of Work. 5. Provide any temporary construction signage, barricades, flagmen, etc. as necessary for completion of the work. This solicitation is 100% set aside for Small Businesses. The North American Industry Classification System (NAICS) Code assigned to this project is 237310 Highway, Street, and Bridge Construction with a corresponding small business size standard of $33.5M. Therefore, invitation for bids will be extended to firms eligible under the Small Business Program. There will be a formal public bid opening. This requirement will be solicited and awarded using the method outlined in FAR Part 14 - Sealed Bidding. The resulting contract will be a firm fixed price construction type. The project period of performance is anticipated to begin October 1, 2013 with an anticipated completion date of December 30, 2013. Bid Bond, Payment and Performance Bonds are required. The magnitude of this construction project is estimated to be between $500,000.00 and $1,000,000.00. The anticipated period of performance is 90 calendar days from Notice to Proceed. The solicitation and any amendments to the solicitation will be available only through Federal Business Opportunities (FBO) (www.fedbizopps.gov) website. The extent of the work will be described in the solicitation when it is posted on or about July 12, 2013. A site visit/pre-proposal conference will be held on or about July 23, 2013. Bids will be due on or about August 12, 2013. All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. All dates in this announcement are estimated and are subject to change. No other information will be available before the solicitation is posted. All interested parties are responsible for checking the FBO website to ensure that they have the most current information. Offerors are required to have a current registration in the System for Award Management (SAM) to be elgible for contract award. Offerors may register in SAM at http://www.sam.gov. SAM is a new system combining federal procurement systems into one new system. This consolidation is being done in phases. The first phase of SAM includes the functionality from the following systems: Central Contractor Registration (CCR), Federal Agency Registration (Fedreg), Online Representations and Certifications Application (ORCA) and Excluded Parties List System (EPLS). Questions may be submitted to Jacqueline Carrera at jcarrera@usbr.gov or by fax at 928-343-8568.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7bd4195bc8decf317ae9249aee5ce19f)
 
Place of Performance
Address: Imperial County, CA
Zip Code: 92251
 
Record
SN03071836-W 20130526/130524234452-7bd4195bc8decf317ae9249aee5ce19f (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.