SOURCES SOUGHT
Y -- CO FTNP DINO 101(2) – Rehabilitate Deerlodge Road
- Notice Date
- 9/25/2014
- 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-FTNP-DINO-101(2)
- Archive Date
- 10/18/2014
- 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 October 3, 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 ) removal of pavement, hot asphalt concrete pavement, concrete curb, and paved ditch. 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 FTNP DINO 101(2) - Rehabilitate Deerlodge Road The project is located in Dinosaur National Monument, approximately 75 miles west of Craig, Colorado. Deerlodge Road is approximately 12.6 miles in length and extends from Deerlodge Park Campground, which is the eastern most edge of Dinosaur National Monument, east to the intersection with US 40. The project includes repaving of the existing alignment as well as full depth pavement reconstruction in specified areas as required to address subgrade problems. The rehabilitation work will be performed on the entire length of Deerlodge Road as well as at five parking locations along the route: 1) Entrance parking area/ Pullout, 2) Needle parking area, 3) Photo parking area, 4) Boat Launch parking area, and 5) Campground parking area. Schedule A (Approximately 12.6 miles in length) - Significant items include (approximate quantities subject to change): •· Mobilization •· 162,490 SY of Removal of Pavement, Asphalt •· 598 STA of Roadway Reconditioning •· 26,000 Tons Hot Asphalt Concrete Pavement •· 6,600 LF of Curb, Concrete •· 7,800 LF of Paved Ditch, Asphalt It is anticipated that this project will be advertised in January, 2015 with construction occurring from late March, 2015 through December, 2015. The contracting range for this project is between $5 million and $7 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CO-FTNP-DINO-101(2) /listing.html)
- Place of Performance
- Address: Dinosaur National Park, Colorado, 81610, United States
- Zip Code: 81610
- Zip Code: 81610
- Record
- SN03527931-W 20140927/140925235312-7aa1bb6035a66cb4b31c0d43415df56d (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 |