Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2021 SAM #7190
SOURCES SOUGHT

Y -- CA PRA LABE 10(1) Main Road

Notice Date
8/6/2021 11:55:03 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
6982AF21SS0024
 
Response Due
8/18/2021 1:00:00 PM
 
Archive Date
09/06/2021
 
Point of Contact
Leslie Karsten, Ryan Phillips
 
E-Mail Address
CflContracts@dot.gov, CflContracts@dot.gov
(CflContracts@dot.gov, CflContracts@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. Contractors MUST submit the following by e-mail to CFLAcquisitions@dot.gov for receipt by close of business (2 p.m. local Denver time) on July 13, 2021: (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 $35 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 CA PRA LABE 10(1) Main Road project in which you performed (as the prime contractor) subexcavation, pulverization of asphalt concrete pavement, placement of hot asphalt concrete pavement, and providing temporary traffic control flaggers. 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 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: CA PRA LABE 10(1) Main Road PROJECT DESCRIPTION:� The CA PRA LABE 10(1), Main Road project is located approximately 13 km south of Tulelake, California within the Lava Beds National Monument. The purpose of this project is to rehabilitate, restore, and resurface (3R), up to approximately 26.3 kilometers (km) (16.4 miles) of Main Road, from the northeastern boundary with the Tule Lake National Wildlife Refuge to the southern boundary with the Modoc National Forest. An additional 9.9 km (6.2 miles) of paved spur roads plus all existing paved pull-outs, parking areas, and overlooks will also be included, and the current unstable cinder road shoulders will be rehabilitated to improve safety and reduce extensive maintenance. The project plans utilize metric units. The project is broken up into a base Schedule A with five options (Option V � Z). Schedule A includes 17.2 km of Main Road as well as the spur roads and five parking areas. Option V includes an additional 3.6 km of Main Road and one parking area. Option W includes an additional 5.5 km of Main Road and two parking areas. Option X includes the Campgrounds Loops, Option Y includes Residence Spur Road, and Option Z includes the Facility Maintenance Road and parking area. This project includes 36.2 kilometers (km) (22.6 miles) of typical 3R roadway with parking lots. The project also includes minor widening where the existing width is less than 24 feet (the existing roadway varies in width from 20 to 26 feet) and superelevation improvements. Minor drainage improvements and concrete curb and sidewalk work are also included in this project. SIGNIFICANT QUANTITIES: 20402-0000 Subexcavation: 2,500 m3 30306-2000 Pulverizing, 100mm depth: 220,000 m2 40201-4700 Hot asphalt concrete pavement, Hveem test, class B, grading C or E: 70,000 t 63506-0500 Temporary traffic control, flagger: 11,000 Hour ANTICIPATED SCHEDULE:� It is anticipated this project will be advertised in September, 2021. Construction is anticipated between March, 2022 and November, 2023. ENGINEER�S ESTIMATE:� The proposed project is estimated at a cost between $25 million and $35 million. MISCELLANEOUS: Roadway is open from March to November each year. No pulverization or paving can occur at the Cave Loop caves during the maternal bat season (July � September). All Option W work must be kept within the roadway prism due to potential archeological sites. Construction phasing will be implemented for this project: Do not close more than one minor road at one time.� Complete all construction through the prime coat on one road before closing another road. Do not close more than 2 pullouts or parking areas at one time, including pullouts and parking areas with stockpiled material. Provide alternate one-way traffic on major roadways during construction operations. Open to two-way two lane traffic at the end of the day. Limit the exposure of pulverized material (primed or unprimed) to not more than 2 kilometers. The distance between the pulverizing operation and the first lift of asphalt paving will not exceed 2 kilometers.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9bd831c6696543109af4a0f33669482c/view)
 
Place of Performance
Address: Tulelake, CA, USA
Country: USA
 
Record
SN06088776-F 20210808/210806230124 (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 |
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.