Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
SOURCES SOUGHT

Y -- NM FTFW BOAP 12(2), Parking Lot and Auto Tour Route Entrance

Notice Date
5/9/2017
 
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
DTFH6817B00011
 
Archive Date
5/31/2017
 
Point of Contact
Craig Holsopple,
 
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 May 16, 2017: (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 $1.25 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value and scope to the NM FTFW BOAP 12(2) project in which you performed ( as the prime contractor ) embankment, roadway obliteration, roadway aggregate, and asphalt concrete pavement. State whether your firm was the prime contractor 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: NM FTFW BOAP 12(2), Parking Lot and Auto Tour Route Entrance The general scope of improvements is programmed as expansion of a parking lot near the existing Crane Pond along New Mexico Highway 1. The parking lot will be expanded to accommodate 50 parking stalls (including ADA stalls) and surfaced with Asphalt Concrete Pavement. The entrance to the Auto Tour Route will also be improved, including surfacing with Asphalt Concrete Pavement. Striping and signing will also be installed. Significant quantities include: •· 20420-0000 Embankment Construction: 6,300 CUYD •· 21101-1000 Roadway Obliteration, Method 1: 3,500 SQYD •· 30202-2000 Roadway Aggregate, Method 2: 1,500 TON •· 40301-0000 Asphalt Concrete Pavement: 1,200 TON It is anticipated this project will be advertised in June, 2017 with construction beginning in July 2017 and extending through October 2018. Estimated total cost for the Schedule A is $750 thousand to $1.25 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH6817B00011/listing.html)
 
Place of Performance
Address: Bosque del Apache National Wildlife Refuge, New Mexico, 87832, United States
Zip Code: 87832
 
Record
SN04501813-W 20170511/170509235521-4466efb5409f1cee61e054d8126d6844 (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.