SOURCES SOUGHT
Y -- NV BLM 10(2) – Red Rock Low Water Crossing and Pavement Improvement Project
- Notice Date
- 7/18/2014
- 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
- NV-BLM-10(2)
- Archive Date
- 8/9/2014
- 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 July 25, 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 $7 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 ) low water and pavement improvements, and bridge construction. Experience should include embankment construction, hot asphalt concrete pavement, structural concrete, reinforcing steel, epoxy coated reinforcing steel, and installation of a flood warning system. 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: NV BLM 10(2) - Red Rock Low Water Crossing and Pavement Improvement Project Project Details: The work will be located at Red Rock Canyon National Conservation Area in Nevada. The Low Water Crossing and Pavement Improvement Project will occur at the following locations: Visitor Center at MP 0.0, Sandstone Quarry Wash at MP 2.6, Red Rock Wash at MP 8.0, and at existing low water crossings at MP 0.0, 5.5, and 11.5. The project includes a new structure over Sandstone Wash with a new roadway alignment, a structure over Red Rock Wash on the existing alignment, pavement and circulation improvements to the Visitor Center Parking Area, and the installation of Flood Warning Systems at the three remaining low water crossings. Schedule A (Approximately 0.25 miles in length) - Significant items include (approximate quantities subject to change): Bridge at Sandstone Wash 6,600 CUYD Embankment Construction 800 Tons Hot Asphalt Concrete Pavement 1,200 CUYD Class A Structural Concrete 126,700 lb Reinforcing Steel 79,400 lb Epoxy Coated Reinforcing Steel 360 LNFT Bridge Railing Bridge at Red Rock Wash 10,000 CUYD Embankment Construction 1,300 CUYD Class A Structural Concrete 141,600 lb Reinforcing Steel 98,800 lb Epoxy Coated Reinforcing Steel 442 LNFT Bridge Railing Visitor Center Improvements 3,500 Tons Hot Asphalt Concrete Pavement Flood Warning System (along Red Rock Scenic Drive) It is anticipated that this project will be advertised in late September of 2014. The contracting range for this project is between $4 million and $7 million. It is anticipated that construction will begin December, 2014 and end June, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/NV-BLM-10(2) /listing.html)
- Place of Performance
- Address: Red Rock Canyon National Conservation Area, Nevada, 89161, United States
- Zip Code: 89161
- Zip Code: 89161
- Record
- SN03430744-W 20140720/140718235229-fa9e3be919cb28b7dff0956842704792 (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 |