Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2022 SAM #7530
SOURCES SOUGHT

Y -- CA FLAP ED CR 147(2) Ice House Road

Notice Date
7/11/2022 11:22:28 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
6982AF22SS0031
 
Response Due
7/25/2022 1:00:00 PM
 
Point of Contact
Leslie Karsten, Sheri Walsh
 
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 25, 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 $30 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 FLAP ED CR 147(2) Ice House Road project in which you performed (as the prime contractor) subexcavation, full depth reclamation, placement of aggregate base, placement of asphalt concrete pavement, placement of curb, and construction of asphalt paved ditch.� Experience in mountainous terrain (5,000 feet in elevation or higher) and natural resource sensitive areas is required. Experience including construction phasing, temporary traffic control, and timely completion of construction is required. 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 FLAP ED CR 147(2) Ice House Road PROJECT DESCRIPTION:� Ice House Road, also designated as County Road 147, is located in El Dorado County, California, and provides recreational access to the world-renowned off-highway vehicle Rubicon Trail, the Crystal Basin Recreation Area within the ENF, the Desolation Wilderness area, Loon Lake, Union Valley Reservoir, and Ice House Reservoir. The route is heavily used by vehicles with trailers hauling boats, horses, off-road vehicles and other recreational vehicles. Within the project limits, the road provides direct access to numerous recreational trails and campgrounds, including the Loon Lake area, and Ice House Resort. SCOPE OF THE WORK:� The proposed action is generally described as a 3R rehabilitation project. The improvements consist of a full-depth reclamation which will pulverize and replace the existing two-lane paved roadway with new 11-foot lanes and 1-foot shoulders along Ice House Road from Peavine Ridge Road to Wentworth Springs. This is consistent with the existing roadway which averages a 24-foot width. Minor drainage improvements will also be completed, including paved ditch and asphalt curb replacements or extensions, culvert cleaning, repairs/adjustments and replacements, the addition of underdrain, ditch reconditioning and regrading, and select areas of riprap lining along ditches. Scaling and cleaning of roadside ditch/catchment areas will occur at several cut slope locations. Schedule A includes 14.95 miles of the described work, Option X includes 2.67 miles of the described work, and Option Y includes replacement of bridge barrier rail on 5 bridges on Ice House Road. PRINCIPAL WORK ITEMS: 20402-0000 Subexcavation: 5,600 CUYD 20441-0000 Waste: 12,280 CUYD 30202-2000 Roadway Aggregate, Method 2: 2,660 TON 30401-5500 Full Depth Reclamation, Method 2, 8-Inch Depth: 17.6 MILE 40101-5600 Asphalt Concrete Pavement, Gyratory Mix, 1/2-Inch or 3/4-Inch Nominal Maximum Size Aggregate, 0.3 to <3 Million ESAL: 43,200 TON 60901-2300 Curb, Asphalt, 6-Inch Depth: 9,400 LNFT 60908-1000 Paved Ditch, Asphalt (Overlay): 11,680 SQYD 63506-0500 Temporary Traffic Control, Flagger: 11,500 HOUR ANTICIPATED SCHEDULE:� Advertisement: February 2023 Contract Award: April 2023 Notice to Proceed: April 2023 Construction Complete: October 2023 ESTIMATED COST RANGE: The proposed project is estimated at a total construction cost between $20,000,000 to $30,000,000 FUNDING SOURCE:� Federal Lands Access Program (FLAP), Highway Safety Improvement Program (HSIP), and County funds. MISCELLANEOUS: There is narrow bench width throughout the route and limited staging areas are included in the plans.� The work includes removal of 2� of pulverized material, on average, to remain on existing bench. Cobbles exist beneath the pavement throughout the route. There are several locations of steep rock cuts that require slope scaling in areas with narrow bench widths. There is high recreation use with parking adjacent to the roadway in certain locations.� Traffic control plans will need to consider methods to prevent parking within active work zones. There are environmentally sensitive resources adjacent to the road in several locations. Work along this route will take place within environmentally sensitive areas and will require interactions with the Forest Service, the County, and the travelling public.� Full road closures will not be permitted.� Delays due to construction will be limited to a maximum of 30 minutes.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/57e923fae61543b89cb14750f3cef26a/view)
 
Place of Performance
Address: Pollock Pines, CA, USA
Country: USA
 
Record
SN06384902-F 20220713/220711230111 (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.