SOURCES SOUGHT
Y -- AZ FTNP CAGR 10(2), Entrance Road
- Notice Date
- 8/25/2020 7:29:28 AM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- 6982AF CENTRAL FEDERAL LANDS DIVISI LAKEWOOD CO 80228 USA
- ZIP Code
- 80228
- Solicitation Number
- 6982AF20SS0036
- Response Due
- 8/26/2020 1:00:00 PM
- Archive Date
- 09/10/2020
- Point of Contact
- Jorey Deml, Sheri Walsh
- E-Mail Address
-
cflacquisitions@dot.gov, cflacquisitions@dot.gov
(cflacquisitions@dot.gov, cflacquisitions@dot.gov)
- 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 (Attn:� Jorey Deml) for receipt by close of business (2 p.m. local Denver time) on August 14, 2020:� (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 SAM PROFILE; (3) Letter from bonding agent stating your firm�s capability to bond for a single project of $1 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 AZ FTNP CAGR 10(2) Entrance Road project in which you performed (as the prime contractor) asphalt concrete paving, pulverizing of existing asphalt, and grading side slopes. �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: AZ FTNP CAGR 10(2) Entrance Road Synopsis: Location:� Casa Grande National Monument Park County: Pinal, Arizona PROJECT DETAILS:� This project provides 3R rehabilitation treatment for routes to includes .65 miles of Entrance roadway. The rehabilitation project consists of pulverizing the existing asphalt for additional base and repaving with approximately 4� of asphalt. The project will also be addressing grading side slopes due to additional pavement thickness along shoulders.� Schedule A and Option X:� Significant Items for Schedule A Includes: .65 miles full depth reclamation of existing pavement, hot asphalt concrete paving 10,000 TONS, roadway aggregate100 TONS and traffic control. Option X -Administration road includes: .12 miles full depth reclamation of existing pavement, hot asphalt concrete paving 3,100 TONS, roadway aggregate, and traffic control. � It is anticipated this project will be advertised in October 2020 with construction beginning in November 2020 and extending through December 2020. Estimated total cost for the Schedule A and Option X and Z is $750,000,000 to $1,000,000.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9173e37c85104ec8a6cbdf540cd1e9bd/view)
- Place of Performance
- Address: Coolidge, AZ 85128, USA
- Zip Code: 85128
- Country: USA
- Zip Code: 85128
- Record
- SN05773402-F 20200827/200825230159 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |