Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2019 FBO #6413
SOLICITATION NOTICE

Y -- San Simon Culvert-Bridge Pre-Solicitation Notice

Notice Date
5/28/2019
 
Notice Type
Synopsis
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
BLM OC-NOC CONST A&E SEC(OC664)<br />DENVER FEDERAL CENTER<br />BLDG. 50<br />POB 25047<br />DENVER<br />CO<br />80225<br />US<br />
 
ZIP Code
80225
 
Solicitation Number
140L0619R0032
 
Archive Date
6/13/2019
 
Point of Contact
Roush, Nathan
 
Small Business Set-Aside
Total Small Business
 
Description
This project is located on Haekel Road approximately 27.5 miles south of Safford AZ in Graham County. The project consists of the replacement of the 5 existing culverts with 5 new 42" x 29" galvanized steel pipe-arch culverts extending out on both ends and to replace roadway material. Roadway is 25.5' x 20'. Bottom of wash to top of road is approximately 4'. Dirt cover width is approximately 44'. Geo-technical and hydrology tests will not be needed as the project is to replace what is already existing with new culverts. New culverts will need to be coated to help prevent corrosion. Rip-Rap will be placed around culvert pipes on both ends and grouted to prevent erosion. All current material and pipes will be disposed of properly. Before construction begins, a gravel road detour will need to be established for emergency vehicle use. Detour road will need to be able to handle all construction equipment, tractor trailers, and public vehicles. Roadway above culverts will need to be flush with existing road and crowned to add proper drainage of water. Cover for culverts will be a minimum of 12" of aggregate base. 4" asphalt road depth and flush with existing road width will then be paved over the aggregate base to finish the road. Road will need to be demolished and paved 5 ft. past culverts on each side and in between. Join new paved road with existing road on both ends. Current pipes are 42" x 29" corrugated steel pipe-arch culverts. Each culvert is 58' long. Culverts are about 0.1" thick which correlates to gauge 12 steel. Culvert corrugations are 2-2/3" x ½". Permanent traffic pavement markings will need to be painted correctly and connected to adjoined pavements. The period of performance for this requirement is 45 days. The BLM will issue a Total Small Business Set-Aside competitive solicitation on/about June 12, 2019. The BLM anticipates issuing a single firm fixed price award from this solicitation. Davis Bacon Act (DBA) is applicable and the appropriate DBA Wage Determination(s) will be included in the solicitation. The competitive solicitation, 140L0619R0032, is in accordance with Federal Acquisition Regulation (FAR) Part 19.5, Set-Asides for Small Business. The NAICS code for this acquisition is 237310 Highway, Street, and Bridge Construction. All materials must be in accordance with the Buy American Act. A Request for Proposal (RFP) solicitation package will be available electronically on or about June 12, 2019 at www.fbo.gov and www.fedconnect.net and will be posted for 30 days. Potential offerors are responsible for monitoring www.fbo.gov and www.fedconnect.net for the release of the solicitation package, for any other pertinent information, and for downloading a complete copy of the solicitation package. The government will not provide paper copies or email the solicitation. To be eligible for contract award, offerors must be registered and complete the online Representations and Certification in the System for Award Management (SAM) data base via website: http://www.sam.gov. A site visit date, time and meeting location is anticipated to be on/about June 19 2019. The site visit will be formally announced in the solicitation. Offerors are highly encouraged to attend the scheduled site visit to inspect the site and to ensure they fully understand the requirement and conditions that may affect the cost of the project, specifications, and performance. Award will be based on best value to the Government in accordance with Federal Acquisition Regulations (FAR). This notice does not obligate the government to award a contract nor does it obligate the government to pay for any proposal preparation costs. Scope of work for Upper San Simon Culvert-Bridge consists of the replacement of the 5 existing culverts with 5 new 42 ¿ x 29 ¿ galvanized steel pipe-arch culverts extending out on both ends and to replace roadway material. Roadway is 25.5 ¿ x 20 ¿. Bottom of wash to top of road is approximately 4 ¿. Dirt cover width is approximately 44 ¿. Geo-technical and hydrology tests will not be needed as the project is to replace what is already existing with new culverts. New culverts will need to be coated to help prevent corrosion. Rip-Rap will be placed around culvert pipes on both ends and grouted to prevent erosion. All current material and pipes will be disposed of properly. Before construction begins, a gravel road detour will need to be established for emergency vehicle use. Detour road will need to be able to handle all construction equipment, tractor trailers, and public vehicles. Roadway above culverts will need to be flush with existing road and crowned to add proper drainage of water. Cover for culverts will be a minimum of 12 ¿ of aggregate base. 4 ¿ asphalt road depth and flush with existing road width will then be paved over the aggregate base to finish the road. Road will need to be demolished and paved 5 ft. past culverts on each side and in between. Join new paved road with existing road on both ends. Current pipes are 42x29 ¿ corrugated steel pipe-arch culverts. Each culvert is 58 ¿ long. Culverts are about 0.1 ¿ thick which correlates to gauge 12 steel. Culvert corrugations are 2-2/3 ¿ x ½ ¿. Permanent traffic pavement markings will need to be painted correctly and connected to adjoined pavements. This is a sources sought notice only. The purpose of this notice is to obtain information from qualified small businesses and conduct market research in accordance with Federal Acquisition Regulation (FAR) Part 10. A solicitation is not being issued at this time. This notice shall not be construed as a commitment by the Government to ultimately award a contract nor does it restrict the Government to a particular acquisition approach. FAR 52.219-4, Limitations on Subcontracting, will apply wherein at least 15 percent of the work must be performed by the small business prime contractor and similarly situated small businesses. A similarly situated subcontractor is a small business concern subcontractor that is a participant of the same SBA program that qualified the prime contractor as an eligible offeror and awardee of the contract. Any information provided to the Government as a result of this notice or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Interested sources should respond to the following points of contact: Nate Roush, Contracting Officer nroush@blm.gov David Slade, Contract Specialist dslade@blm.gov Responses are due no later than 2:00 PM (Mountain Time) May 21, 2019. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-MAY-2019). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-JUN-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/BLM/NCR/140L0619R0032/listing.html)
 
Record
SN05339594-F 20190615/190613230007 (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.