SOURCES SOUGHT
Y -- CA FLAP A21(5), Mooney Road
- Notice Date
- 8/28/2013
- 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-FLAP-A21(5)
- Archive Date
- 9/20/2013
- 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 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 September 5, 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 $8 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 can verify performance ( as the prime contractor ) of cold in-place recycle of the existing pavement to a depth of 3 ½ inches, subexcavation, asphalt surfacing of 3 inches, guardrail removal and installation, and selective tree thinning. 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 DETAILS: CA FLAP A21(5), Mooney Road The Mooney Road project is located in Plumas County and Lassen Counties on California Forest Highway (FH) 117 near Westwood, California. The project will provide resurfacing, restoration, and rehabilitation to 7.1 miles of roadway from approximately 1500 feet south of Swain Mountain Road to the intersection with California SR-44. Work will be suspended for approximately 3100 feet within the project limits from Station 723+43 to Station 754+10 for a realignment project to be designed and constructed under the authority of Lassen County. Major work elements include cold in-place recycle of the existing pavement to a depth of 3 ½ inches, subexcavation, asphalt surfacing of 3 inches, guardrail removal and installation, and selective tree thinning. Due to the elevation of the project, snow melt typically occurs in late Spring, and snow falls in late Fall, thus controlling commencement and termination of construction operations. All work is expected to take place between April, 2014 and early November, 2014. Temperature dependent work items such as cold in-place recycle, asphalt paving, and pavement marking must be completed in dry conditions, for which seasonal conditions are limited. It is anticipated that this project will be advertised in mid-October, 2013. The contracting range of the proposed project is between $5 Million and $8 Million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-FLAP-A21(5)/listing.html)
- Place of Performance
- Address: Lassen National Forest, Plumas County and Lassen County, California, 96137, United States
- Zip Code: 96137
- Zip Code: 96137
- Record
- SN03165658-W 20130830/130828235752-928a6ab2b18bcb9adf7fa6e7edca02e7 (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 |