SOURCES SOUGHT
Y -- CA PRA DEVA 11(1), Bonnie Clare Road
- Notice Date
- 7/15/2013
- 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
- CA_PRA_DEVA_11(1)_Bonnie_Clare_Road
- Archive Date
- 8/6/2013
- Point of Contact
- Craig Holsopple, Phone: 7209633350, Aaron L. Sanford, Phone: 7209633090
- E-Mail Address
-
craig.holsopple@dot.gov, aaron.sanford@dot.gov
(craig.holsopple@dot.gov, aaron.sanford@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 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 CFLAcquisitions@dot.gov or by telefax to 720-963-3360 (Attn: Craig Holsopple) for receipt by close of business (2 p.m. local Denver time) on July 22, 2013: (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 $10 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value in which you performed (as the prime contractor) the services listed below under Project Description. 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 All firms should be certified in the System for Award Management (SAM) located at https://www.sam.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 NUMBER and NAME: CA PRA DEVA 11(1), Bonnie Clare Road It is anticipated that this project will be advertised in August of 2013. The contracting range for this project is between $5 million and $10 million. Construction is expected to run from October 2013 to July 2014. PROJECT DESCRIPTION: This project is located in the northern part of Death Valley National Park, approximately 40 miles from Beatty, NV. Schedule "A" is a 4R project that starts at Milepost 0.0 at the northern Park boundary and proceeds southwest for 7.7 miles, through the Scotty's Castle historic district, to the Grapevine Ranger Station. Option "X" is 1.87 miles of 3R work on the nearby Mesquite Campground Road. SIGNIFICANT QUANTITIES: Schedule "A" Bonnie Clare Road - Estimated quantities are: Roadway Excavation - 17,400 CU YD, Revet Mattresses - 2.855 SQ YD, Aggregate Base - 26,000 TONS, Pulverizing (4-inch depth) - 406 STA, Superpave Hot Asphalt Concrete Pavement - 17,150 TONS, Concrete Curb- 8,630 LN FT, Concrete Barrier - 4120 LNFT, Barbed Wire Fence - 9,200 LN FT, Concrete Fence Posts - 456 EACH, Flagger - 2,500 HOURS. Option "X" Mesquite Campground Road - Revet Mattresses - 490 SQ YD, Superpave Hot Asphalt Concrete Pavement - 3,650 TONS, Pulverizing- 100 STATIONS, Flagger - 700 HOURS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA_PRA_DEVA_11(1)_Bonnie_Clare_Road/listing.html)
- Place of Performance
- Address: Death Valley National Park, California, 92328, United States
- Zip Code: 92328
- Zip Code: 92328
- Record
- SN03116065-W 20130717/130715234351-d233fee70d3891d3b7cf94f8e6f7d0ef (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 |