Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2017 FBO #5724
SOURCES SOUGHT

Y -- HI STP SR11(1) and SR11(2) Hilea and Ninole Stream Bridges

Notice Date
7/24/2017
 
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
DTFH6817B00024
 
Archive Date
8/15/2017
 
Point of Contact
Craig Holsopple, Phone: 720-963-3350, Jeremiah B. Rogers, Phone: 7209633717
 
E-Mail Address
craig.holsopple@dot.gov, jeremiah.rogers@dot.gov
(craig.holsopple@dot.gov, jeremiah.rogers@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 and Jeremiah Rogers) for receipt by close of business (2 p.m. local Denver time) on July 31, 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 $18 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 Hilea and Ninole Stream Bridges project in which you performed ( as the prime contractor ) bridge replacement including precast, pre-stressed girders, precast, pre-stressed concrete slab, reinforcing steel, structural excavation; roadway excavation; roadway aggregate; asphalt pavement; temporary bridges with roadway approaches, and removal of bridge. 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: HI STP SR11(1) and SR11(2) Hilea and Ninole Stream Bridges The Central Federal Lands Highway Division (CFL) of the Federal Highway Administration in partnership with the Hawaii Department of Transportation, is soliciting interest for an upcoming bridge replacement project on the Big Island of Hawaii. The proposed project is located on Mamalahoa Highway (State Route 11), between MP 56.7 (Ninole Bridge) and MP 57.7 (Hilea Bridge) near the Southern tip of the island. The principle bid items include the following: 6500 cubic yards of structural concrete; 730 linear foot of precast, pre-stressed girders, 635 linear foot of precast, pre-stressed concrete slab, 420,000 pounds of reinforcing steel, 6,000 cubic yards of structural excavation; 4,500 cubic yards of roadway excavation; 1400 tons of roadway aggregate; 700 tons of asphalt pavement; Contractor quality control, lump sum; Contractor Testing, lump sum; Construct and Maintain roadway by-pass (two temporary bridges with roadway approaches), lump sum; 6,000 square yard of geosynthetic reinforcement; Removal of Bridge (two bridges), lump sum; and other incidental items of work related to roadway/bridge improvement projects including, soil erosion control, roadway signage and striping, temporary traffic control, and seeding and mulching. It is anticipated that the project will be advertised in October, 2017. The Notice to Proceed for on-site activity will be issued in Fall, 2017 at the discretion of FHWA-CFLHD. Estimated total cost is $13 thousand to $18 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH6817B00024/listing.html)
 
Place of Performance
Address: Hawaii County, Hawaii, 96704, United States
Zip Code: 96704
 
Record
SN04593069-W 20170726/170725085608-d1af58330209e7a12998c24ec5b1327c (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.