Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2014 FBO #4576
SOURCES SOUGHT

Y -- CO ER 43(1), Larimer County Road 43

Notice Date
6/3/2014
 
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
CO-ER-43(1)
 
Archive Date
6/25/2014
 
Point of Contact
Craig Holsopple, Phone: 720-963-3350, Jason J Longshore, Phone: 7209633090
 
E-Mail Address
craig.holsopple@dot.gov, jason.longshore@dot.gov
(craig.holsopple@dot.gov, jason.longshore@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 June 10, 2014: (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 $40 million, and your firm's aggregate bonding capacity; and (4) Provide a list of construction projects of equal or greater value in which you performed CMGC ( as the construction manager and general contractor ) as a construction manager (CM) during the design/pre-construction phase and as the general contractor (GC) during construction. Design experience should include roadway design, specifically the logistical approach for reconstruction and phasing. Upon completion of design, FHWA can exercise the contract options and award the construction portion of the contract based on a fair and reasonable negotiated price. Construction experience should include work in excavation, embankment, roadway cross drainage, armoring, box culvert, aggregate base, and hot asphalt pavement. 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: CO ER 43(1), Larimer County Road 43 The Government intends to use a competitively bid Single Award Task Order Contract (SATOC) with possible Construction Manager (CM) services integrated to perform repairs to Larimer County Road 43 caused by the September, 2013 floods. It is assumed that there will be a base or seed contract (Schedule A), and 3 Task Orders comprised of Option X, CM/GC Services, and Option Y. Schedule A focuses on roadway segments within US Forest Service (USFS) property, which is estimated to be 2.1 miles in length. Task Order 1 (Option X) and Task Order 3(Option Y) includes (8) drainage crossings and the structural section of the entire 10 mile project. Task Order 2 (CM/GC services) would be needed for undefined or incomplete design of the remaining 7.9 miles of roadway, specifically the logistical approach for reconstruction and phasing. Mile post reference within this report assume Drake as mile post (MP) 0.0, Glen Haven as MP 7.8, and the end of project at West Creek as MP 10.0. No Work is planned for (MP10-MP15): this section of roadway is in good condition and no work is planned at this time. SCHEDULE A- Base Contract (MP 3.9-4.4 & 5.8-7.4): Schedule A will include major roadway plan and profile reconstruction of 2.1 miles of roadway within USFS property. Major construction scope will include excavation, embankment, roadway cross drainage and armoring within the 2.1 mile segment. Additionally, production of aggregates, fill, and armoring material will initiated during this phase from on-site excavated materials. These materials will be produced for this segment of road, as well as areas outside of the segment and within project boundaries. The preliminary construction estimate for this work is $9-13.0M. Major construction item quantities are as follows: Item Quantity Comments Excavation/rock cut 100,000 CY Avg. 20' shift in-board; Schedule A limits only. Embankment 10,000 CY Schedule A limits only. Pulverize 30,000 SY Pulverize existing 4-inch and re-use for temp surface and/or yellow top. Aggregate Base (Production) 30,000 CY Assumes 6-inch section; volume for entire route Riprap (Class 5) Grouted 20,000 CY Class to be verified; volume for Schedule A Riprap (Class 5) (Production) 40,000 CY Class to be verified. Volume is total remaining for route; outside of Schedule A. 24-inch Pipe Culvert 5,000 LNFT Cross drainage every 500 LNFT of roadway; entire route Clearing and Grubbing 20 ACRE Schedule A limits only. Task Order 1 (OPTION X): - Drainage Crossings (8 Locations): A construction option advertised for pricing for (8) 18-foot span x 10-foot rise box culverts at 50 lineal feet each or 400 lineal feet total. Actual sizing will be confirmed through hydraulic analysis. All crossing are assumed to within Segment 2. Task Order 2 (CM/GC Services): This option will be priced for the CM services only. CM services will be based on the anticipated major roadway plan and profile construction for all work not included in Schedule A. Major construction scope will include excavation, embankment, roadway cross drainage and armoring within for over 7.4 miles of roadway. Construction of this work will require significant private parcel right-of-way acquisition. Task Orders will be issued throughout the duration of the project to execute the construction of the assumed scope. Right-of-way and Environment input will be critical for phasing of this construction. The preliminary construction estimate for this work is $6-8.0M. Major construction item quantities are as follows: Item Quantity Comments Excavation/rock cut 280,000 CY Avg. 10' shift in-board Embankment 120,000 CY Waste/Excess Material 160,000 CY Pulverize 110,000 SY Pulverize existing 4-inch section and re-use for temp surface and/or yellow top Riprap (Class 5) Grouted 60,000 CY Class to be verified Clearing and Grubbing 60 ACRE Seeding and Mulching •80 CRE Task Order 3 (OPTION Y): - This option will be for construction pricing for surfacing of the entire 10 mile project. Major construction scope will include aggregate base placement and hot-mix asphalt. The preliminary construction estimate for this work is $7-9.0M. Major construction item quantities are as follows: Item Quantity Comments Aggregate Base (Placement) 30,000 CY HACP 35,000 TON Assumes 4-inch section, 2 lifts It is anticipated that this project will be advertised in July, 2014 with construction occurring from August, 2014 through September, 2015. The contracting range for this project is between $30 and $40 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CO-ER-43(1)/listing.html)
 
Place of Performance
Address: Larimer County, Colorado, 80532, United States
Zip Code: 80532
 
Record
SN03383704-W 20140605/140603234902-81bd0015af64852f09e29641455af245 (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.