SOURCES SOUGHT
Y -- CA FTNP YOSE PRES 1(14) Yosemite N.P. Tunnel Preservation
- Notice Date
- 8/28/2014
- 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
- CA-FTNP-YOSE-PRES-1(14)
- Archive Date
- 9/19/2014
- 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 September 4, 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 $3.0 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 ) spot repair of damaged reinforced concrete tunnel lining, sealing leaking joints in tunnel liners, improving tunnel liner drainage to existing drainage channel along roadway, installing trench drains across roadway, coring 3 inch weep holes in existing concrete curb and removing and replacing damaged concrete roadway slabs. 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 YOSE PRES 1(14) Yosemite N.P. Tunnel Preservation This project is located on Big Oak Flat Road (CA Route 120) within Yosemite National Park in Mariposa County, California. The project includes preventative maintenance work to Big Oak Flat Road Tunnels No. 1, 2 and 3. The project starts approximately 1 mile west of the intersection with El Portal Road in Yosemite Valley. The proposed work primarily consists of spot repair of damaged reinforced concrete tunnel lining, sealing leaking joints in tunnel liners, improving tunnel liner drainage to existing drainage channel along roadway, installing trench drains across roadway, coring 3 inch weep holes in existing concrete curb and removing and replacing damaged concrete roadway slabs. Tunnel No. 1 is 371 feet long with a cross section of a 14.5 foot radius arch on a five foot spring line, and an 18-inch thick reinforced concrete lining. Tunnel No. 2 is 227 feet long with a cross section of a 14.5 foot radius arch on a five foot spring line, and an 18-inch thick reinforced concrete lining. Tunnel No. 3 is 2,087 feet long with a cross section of a 14 foot radius arch on a five foot spring line, with a lining which varies from reinforced concrete to exposed rock with a thin layer of shotcrete. The project is located in Yosemite Valley within the National Park which has high visitation and sensitive resources. The tunnels are on Big Oak Flat Road which has average daily traffic of approximately 1,500 vehicles. Construction caused traffic delays will be limited to 15 minutes during daytime work and 30 minutes during nighttime work with one lane closures allowed. The project requires specialized, highly technical work within the tunnels while maintaining one lane of traffic at all times. Concrete spall repairs will require location of the actual extent of deteriorated or delaminated concrete by the contractor, including location of the existing reinforcing bars. Chemical grout injection repairs will require qualified personnel with documented previous experience. Acceptance of the grout injection repairs will be based on performance requirements for stopping leaks. All concrete pavement and spall repairs will be integrally colored to match existing treatments, and colored joint sealant will need to be provided to match adjacent sidewalks. All wash water from power washing operations will need to be contained and filtered before being discharged or disposed of. This project will require approximately 12,000 LNFT of joint and crack sealing (tunnel liner), 91,000 SQFT of tunnel cleaning (power washing), 130 SQYD of reinforced concrete pavement (at tunnel portals), 900 SQFT of concrete pavement patch (within tunnels), 50 SQFT of concrete spall repairs (tunnel liner), and 100 LNFT of coring/pressure grouting (tunnel liner leak repairs). In addition the project will require approximately 800 LNFT of 6 inch underdrain pipe installation and 2 inlets within the tunnels, and 80 LNFT of trench drains just inside the portals. This project is located in a challenging and highly sensitive location in Yosemite Valley within the National Park, and great attention to detail will be required in achieving customer satisfaction in areas of tunnel repairs, quality control, traffic control and timely completion of work. Construction is anticipated from February to May 2015. The approximate range for this project is between $1 million and $3 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-FTNP-YOSE-PRES-1(14)/listing.html)
- Place of Performance
- Address: Yosemite National Park, Mariposa County, California, United States
- Record
- SN03487832-W 20140830/140829023410-b0f4ee47794f17d7738a90739fe8ba97 (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 |