Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 14, 2013 FBO #4373
SOURCES SOUGHT

Y -- CA FTNP/NPS PWR PRES 1(14), Southern California Pavement Preservation

Notice Date
11/12/2013
 
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-FTNP-NPS-PWR-PRES-1(14)
 
Archive Date
12/5/2013
 
Point of Contact
Craig Holsopple, Phone: 720-963-3350
 
E-Mail Address
craig.holsopple@dot.gov
(craig.holsopple@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 November 20, 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 SAM or CCR PROFILE; (3) Letter from bonding agent stating your firm's capability to bond for a single project of $5 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 ) chip sealing, pavement patching, and crack sealing. 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 FTNP/NPS PWR PRES 1(14), Southern California Pavement Preservation Project Details: This project provides pavement preservation treatments to various paved surfaces in Death Valley National Park (DEVA) and Manzanar National Historic Site (MANZ). DEVA and MANZ are both located in Inyo County, CA. The project is packaged into multiple schedules and options to allow the government flexibility in awarding the maximum scope of work to meet the allowable budget. Work included in this contract is geographically diverse, located in very remote locations with extreme weather/climate variations. The preservation treatment being used is chip seal. Other construction applications used on a lesser scale are pavement patching, crack sealing and filling, and pavement markings. A description of Schedules and Options is as follows: Schedule A Schedule A includes work at DEVA and MANZ. Total quantities for Schedule A are approximately 575,000 square yards of single layer chip seal, 1.20 miles of crack cleaning and sealing, and 260 square yards of full depth pavement patching. Work at DEVA includes chip sealing 33.5 miles of Route 11, Bonnie Clare Road (MP 0 - 33.5) and 10.0 miles of Route 14AZ, Emigrant Canyon Road (MP 0 - 10.0). The total chip seal quantity for Schedule A work at DEVA is approximately 540,000 square yards of single layer chip seal. Work at MANZ includes chip sealing 0.18 miles of Route 11, Historic Entrance Road and the entire Visitor Center Parking lot for a total quantity of approximately 16,000 square yards of single layer chip seal. Work at MANZ also includes approximately 260 square yards of full depth pavement patching and crack sealing. The pavement patching will be at locations designated by the Project Engineer. Option X Option X includes chip sealing 5.0 miles of Route 14AZ, Emigrant Canyon Road (MP 10.0 - 15.0) at DEVA. The total chop seal quantity for Option X work at DEVA is approximately 62,000 square yards of single layer chip seal. Option Y Option Y includes chip sealing 6.25 miles of Route 14AZ, Emigrant Canyon Road (MP 15.0 - 21.25) at DEVA. The total chop seal quantity for Option Y work at DEVA is approximately 78,000 square yards of single layer chip seal. Option Z Option Z includes chip sealing 5.09 miles of Route 112, Charcoal Kilns Road (MP 0.0 - 5.09) at DEVA. The total chop seal quantity for Option Z work at DEVA is approximately 58,000 square yards of single layer chip seal. It is anticipated that this project will be advertised in December of 2013. The contracting range for this project is between $3 million and $5 million. Construction is expected to occur from early March to June 30, 2014. All work at Death Valley must be completed by May 29, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-FTNP-NPS-PWR-PRES-1(14)/listing.html)
 
Place of Performance
Address: Death Valley National Park, Inyo County, California, 92328, United States
Zip Code: 92328
 
Record
SN03232049-W 20131114/131112233925-9f0a85fe3daa24362df28229d3ec4092 (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.