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, 2018 FBO #6013
SOURCES SOUGHT

Y -- NM FLAP US60(1), Old US60 Bridge

Notice Date
5/9/2018
 
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
6982AF18SS0010
 
Archive Date
6/7/2018
 
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 May 23, 2018: (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 $6 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 FLAP US60(1), Old US60 Bridge project in which you performed ( as the prime contractor ) new bridge construction with roadway reconstruction on both ends, partial demolition of existing bridge, safety improvements, and revegetation on disturbed surfaced outside the stream bed 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 FLAP US60(1), Old US60 Bridge The project is located on Old US Highway 60 approximately one mile south of the Bernardo/Mountainair exit (Exit 175) on Interstate 25 (I-25). Old US Highway 60 serves as a primary link to Sevilleta National Wildlife Refuge and Bureau of Land Management lands, and a secondary link to Cibola National Forest. The project involves construction of a new 570' long bridge crossing the Rio Puerco River with roadway reconstruction on both ends, partial demolition of the existing bridge, safety improvements, and revegetation on disturbed surfaced outside the stream bed. SIGNIFICANT QUANTITIES (Schedule A): 20420-0000, EMBANKMENT CONSTRUCTION: 21,000 CUYD 25101-2200, PLACED RIPRAP, METHOD 2, CLASS 2: 950 CUYD 55101-2200, STEEL PIPE PILE, IN PLACE (24" X 1"): 1,107 LNFT 55201-0200, STRUCTURAL CONCRETE, CLASS A (AE): 610 CUYD 55401-2000, REINFORCING STEEL, EPOXY COATED: 174,078 LB 55502-0000, STRUCTURAL STEEL, FURNISHED, FABRICATED, AND ERECTED: 764,300 LB 55601-0900, BRIDGE RAILING, STEEL (NM TYPE A32): 1,200 LNFT 65001-1000, CONSTRUCT AND MAINTAIN DIVERSION: LPSM MISCELLANEOUS: The successful bidder must submit demolition plan for the partial removal of the existing bridge and submit an erection plan for the new bridge construction. Both will need to be approved by Central Federal Lands Highway Division before construction can begin. The successful bidder will have to store all materials, stockpiles, and staging area outside of the active channel at elevation 4,730 feet. The successful bidder must notify New Mexico Environment Department (NMED) at least five days before starting construction to allow time to schedule monitoring or inspections. The successful bidder will not be allowed to store fuel, oil, hydraulic fluid, lubricants, or other petrochemicals within project limits. All equipment must be refueled at least 100 feet from surface water. The successful bidder must maintain access of the existing road and bridge to public traffic during construction of the new US60 Bridge. All construction equipment crossing the existing bridge must meet existing bridge restrictions including maximum vertical clearance of 14 feet; maximum horizontal width of 10 feet; and maximum weight of 10 tons. All equipment that does not meet the restrictions will have to utilize the diversion. All clearing activities will need to be completed between September 1, 2018 and April 14, 2019. The construction access stream diversion will need to be completely removed and stabilized by July 24, 2019. It is anticipated that this project will be advertised in June of 2018. The contracting range for this project is between $4 and $6 million. Notice to Proceed is anticipated August, 2018. Tentatively, the project will begin in August 2018 with a completion date in June 2019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/6982AF18SS0010/listing.html)
 
Place of Performance
Address: Sevilleta NWR, New Mexico, 87801, United States
Zip Code: 87801
 
Record
SN04917484-W 20180511/180509231138-08a525b458ee9ee12376cf25fcd1d558 (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.