SOURCES SOUGHT
Y -- 4-State Gravel MATOC
- Notice Date
- 11/17/2015
- 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
- DTFH6816R00001
- Point of Contact
- Jeremiah B. Rogers, Phone: 7209633500, Joe Wilson, Phone: 7209633500
- E-Mail Address
-
cflcontracts@dot.gov, cflcontracts@dot.gov
(cflcontracts@dot.gov, cflcontracts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL -SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE ISSUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are Small Businesses, HUBZone, Woman Owned Small Business Concerns, 8(a) Small Businesses, or Service Disabled Veteran-Owned Small Businesses and who intend to submit a proposal for this solicitation to allow for a set-aside in one of the programs. Interested parties MUST submit the following by e-mail to cflcontracts@dot.gov or by telefax to 720-963-3360 (Attn: Jeremiah Rogers) for receipt by close of business (2 p.m. local Denver time) on November 24, 2015. (1) A positive statement of your intention to submit a proposal 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 adjudication from the Veterans Administration). This information must be provided in order to determine eligibility - DO NOT SEND COPIES OF YOUR SAM PROFILE; (3) Letter from bonding agent stating bonding capability up to $10 million for a single project and $20,000,000 aggregate capacity; and (4) A listing of experience in work similar in type and scope of this proposed synopsis (gravel roads in remote locations.) All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone, 8(a), Women Owned, or service disabled veteran-owned small business concerns. Failure to submit all information requested will result in a contractor being considered not interested in this solicitation. A decision on whether this will be pursued as a HUBZone, 8(a), Woman Owned, or service disabled veteran-owned small business set-aside or on an unrestricted basis will be made following the due date and posted as an amendment to this sources sought on the Federal Business Opportunity website at www.fbo.gov. 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 SAM (System for Award Management) found at www.sam.gov. A Qualified HUBZone SBC receiving a HUBZone contract for general construction must spend at least 15% of the cost of the contract incurred for personnel on its own employees and 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 up to 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: CFL anticipates awarding three to five Multiple Award Task Order Contracts (MATOC) for construction services for Gravel Roads. CFL has a need for a rapid response road construction and repair contracting tool for repetitive 1R, 2R and 3R work on gravel roads in the Midwest and Inter-Mountain Regions. Projects primarily include improvements to low-volume and low-speed roadways. Projects may be located in environmentally sensitive areas that necessitate context-sensitive construction techniques and processes. The predominant geographic area includes Wyoming, Colorado, Nebraska and Kansas. These projects are primarily part of the Air Force Space Command OMAD program, the Refuge Road Program (RRP),) and to a lesser extent the Emergency Relief for Federally Owned Roads Program (ERFO) and the Forest Land Access Program (FLAP). The government anticipates individual task orders ranging from $50,000 to $10,000,000.00. Potential contractors will be required to demonstrate bonding capacity of up to $10,000,000 per task order with a yearly aggregate capacity of up to $20,000,000. Bonding will only be required for individual task orders. Request for Task Order Proposals will include Davis Bacon wage determinations and specific plans and specs for the project. The first Task Order Request for Proposals (TO-RFP) will be issued simultaneously with the MATOC Request for Proposal. Contractors will be required to submit a proposal for the first task order as well as the base MATOC RFP. The proposal for the first task order will be used to evaluate price for the best value MATOC RFP. Contractor team must be able to demonstrate their ability to mobilize in all of the aforementioned states. Each contract awarded will consist of one base year and options to extend the contract for four additional one-year periods. The contract will have a maximum not-to-exceed five year total of $50 million. Each contract will operate with individually negotiated task orders issued in accordance with the terms of the contract. Task orders will be predominately for construction activities. The scope of task orders may include, but are not limited to construction services including mobilization, contractor sampling and testing, production and placement of aggregate, roadway pulverization, roadway excavation, embankment construction, drainage improvements, placement of aggregate surface course, slope stabilization (MSE wall, gabions, etc.) minor asphalt surfacing and minor structural work. This is a best value negotiated type procurement and evaluation factors for award are fully stated in the RFP which will be available as noted below. Evaluation factors will include Contract Team and Qualifications including organizational qualifications and key personnel, Contractor Past Performance, Financial capability and bonding capacity, location of Contractor headquarters, and QA/QC Program and Operations. The Government may award up to four contracts resulting from this solicitation to the responsible offerors whose offers conforming to the solicitation will be most advantageous to the Government, price, technical, and other factors considered. Tentative advertisement date is on or about January 1, 2016. PLEASE NOTE: The Request for Proposals will be available for download on or about January 1, 2016, from the Federal Business Opportunities (FBO) website at www.fedbizopps.gov. The RFP including plans WILL BE AVAILABLE FOR DOWNLOAD IN ADOBE (.pdf) FORMAT ONLY ON CFLHD's WEBSITE at FBO.gov under the Project Name. If you have problems accessing information on the website, please email CFLContracts@dot.gov. Technical questions specific to the project will only be addressed by FHWA via written correspondence to e-mail address CFLContracts@dot.govor FAX to (720) 963-3360.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH6816R00001/listing.html)
- Place of Performance
- Address: 4-state region of Colorado, Kansas, Nebraska, and Wyoming., Sterling, Colorado, United States
- Record
- SN03948150-W 20151119/151117234847-27f2666b4a596c25ecbf4e851193151e (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 |