Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2022 SAM #7406
SOURCES SOUGHT

Y -- NM FTNP/NPS BAND 910(1) Tsankawi and Frey Parking Lots

Notice Date
3/9/2022 1:26:58 PM
 
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
6982AF22SS0017
 
Response Due
3/23/2022 1:00:00 PM
 
Point of Contact
CFL Acquisitions
 
E-Mail Address
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 March 23, 2022:� (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 $2 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 FTNP/NPS BAND 910(1) Tsankawi and Frey Parking Lots project in which you performed (as the prime contractor) clearing and grubbing, roadway excavation, roadway aggregate, asphalt concrete pavement, and concrete curb. �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: NM FTNP/NPS BAND 910(1) Tsankawi and Frey Parking Lots: Location:� Bandelier National Monument County: Los Alamos and Santa Fe counties PROJECT DESCRIPTION:� The project is to expand/construct new parking lots at the Bandelier National Monument at two locations: Tsankawi (san-KAH-wee) unit and Frey trailhead at Juniper Campground.� The first proposed project is to construct a 35,200 square foot (SF) parking lot to provide visitor and shuttle parking at the Tsankawi unit, located at the intersection of East Jemez Drive and New Mexico Highway 4 (NM-4).� The second proposed project is the expansion of the Frey Trailhead parking lot at Juniper Campground by constructing approximately 40 additional parking spaces. SCOPE OF THE WORK: The proposed Tsankawi parking lot would consist of 38 car spaces, 2 handicap spaces, 3 bus/RV parking spaces and a shuttle stop. The planned parking lot would have an asphalt surface with 1566 LF of stone curbing and 65 LF of sidewalk.� Construction of the parking lot will also disturb an area approximately 30 feet beyond the parking lot perimeter to allow construction equipment to maneuver, drainage swales to build, and grading to occur between the finished grade and original contours.� The Frey Trailhead parking lot at Juniper Campground planned to construct approximately 40 additional parking spaces, including required accessible parking, south of the existing parking lot in an area previously disturbed by construction. PRINCIPAL WORK ITEMS: Clearing and Grubbing: 10,700 SQUARE YARDS Roadway Excavation: 4,000 CUBIC YARDS Roadway Aggregate, Method 2: 1,900 TONS Asphalt Concrete Pavement, Type -1: 900 TONS Curb Concrete, 12-inch depth (colored): 1,900 LINEAR FEET MISCELLANEOUS: All of the work is occurring in cultural and natural resource sensitive areas and there are numerous environmental constraints that will affect the construction schedule and type of operations.� Great attention to detail will be required in achieving customer satisfaction in areas of road construction, traffic control, visitor relations and timely completion of work.� Due to weather restrictions, on-site construction typically cannot occur until March. ANTICIPATED SCHEDULE:� The anticipated advertisement date for the project is June 2022 with construction anticipated from July 2022 to December 2022. ENGINEER�S ESTIMATE:� The estimated price range is Between $700,000 and $2,000,000 EXPERIENCE:� All of the work is occurring in cultural and natural resource sensitive areas and there are numerous environmental constraints that will affect the construction schedule and type of operations.� Great attention to detail will be required in achieving customer satisfaction in areas of road construction, traffic control, visitor relations and timely completion of work. Provide detail on required experience based on the information provided above.� 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c9c47fbe3f1b42cb91d334c2895d5e78/view)
 
Place of Performance
Address: Los Alamos, NM 87544, USA
Zip Code: 87544
Country: USA
 
Record
SN06262574-F 20220311/220309230108 (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.