Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOURCES SOUGHT

Y -- UT FLAP 149(1), State Route 149 Widening

Notice Date
5/26/2017
 
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
DTFH6817B00012
 
Archive Date
6/17/2017
 
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 June 2, 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 $8 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 State Route 149 Widening project in which you performed ( as the prime contractor ) bridge reconstruction, new asphalt concrete, embankments, retaining structures, drainage improvements, and safety improvements. 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: UT FLAP 149(1), State Route 149 Widening The proposed project includes rehabilitate and widening of a portion of Utah State Highway 149 near Jensen, UT from milepost 0.05 near US40 to milepost 4.2, the Dinosaur National Monument boundary, for a total length of about 4.17 miles. The project includes replacing the bridge that spans Brush Creek at MP 2.7. The proposed typical section consists of widening from about 24 feet to a 32 ‐ foot typical section, consisting of two 12 ‐ foot travel lanes and 4 ‐ foot paved shoulders. Roadway improvements include 3.5 inches of new asphalt concrete, embankments, retaining structures, drainage improvements, and safety improvements. Bridge reconstruction will consist of removing the existing 35-foot clear span length, 34 foot outside width, concrete bridge constructed in 1954 with a 60-foot clear span, 36 foot outside width, precast prestressed adjacent box beams structure with spill through type abutments founded on driven piles. SIGNIFICANT QUANTITIES: 16,000 cuyd of embankment construction, 14,500 ton of roadway aggregate, 4.17 miles of full depth pavement reclamation (6 to 9 inches), 16,800 ton of asphalt concrete pavement (gyratory mix), 240 cuyd structural concrete, 640 lnft precast prestressed concrete slabs (48 inch voided). No extended closures are allowed since the route is a main access for residences and National Monument visitors. The bridge will be built under phased construction, maintaining one lane of traffic at all times. In addition, bridge removal must occur during non-nesting season for Cliff Swallows (approximately September 1 to March 30). No night work will be allowed. It is anticipated this project will be advertised in July, 2017 with the Notice to Proceed being issued in September, 2017. Construction is anticipated between October 2017 and May 2018 while farmland irrigation water is turned off. Estimated total cost is $6 to $8 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH6817B00012/listing.html)
 
Place of Performance
Address: Dinosaur National Monument, Jensen, Utah, 84035, United States
Zip Code: 84035
 
Record
SN04524267-W 20170528/170526234730-41fdcce8bb07eebdf0e76a8bb87b6c91 (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.