Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOURCES SOUGHT

Y -- CA FLAP SCRT5(1) Monterey Bay Sanctuary Scenic Trail

Notice Date
6/27/2023 12:12:22 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
6982AF23SS0030
 
Response Due
7/12/2023 1:00:00 PM
 
Archive Date
08/12/2023
 
Point of Contact
Stephanie Navarro, 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 or by telefax to 720-963-3360 (Attn: Stephanie Navarro) for receipt by close of business (2 p.m. local Denver time) on July 12, 2023:� (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 FLAP SCRT5(1) Monterey Bay Sanctuary Scenic Trail project in which you performed (as the prime contractor) work within a state park, national forest, national park, national monument, and/or natural resource sensitive areas.�Experience in reinforced soil slope construction, multi-season construction phasing, installation of new pipe culverts, pipe culvert extensions, reconstruction of parking lots, work within Caltrans ROW, and complex linear 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 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 SCRT5(1) Monterey Bay Sanctuary Scenic Trail PROJECT DETAILS: The CA FLAP SCRT5(1) Monterey Bay Sanctuary Scenic Trail project is located in unincorporated Santa Cruz County from Wilder Ranch State Park north to Davenport. The proposed work includes the construction of a new 12-foot-wide paved trail with 2-foot gravel shoulders for approximately 7.5 miles adjacent to a railroad corridor that is currently out of operation. Two existing parking facilities along Highway 1 will be reconstructed and improved. Key project components include constructing several reinforced soil slopes, a reinforced soil slope with a sculpted shotcrete facing, a rockery wall, new pipe culverts, pipe culvert extensions, and reconstructing parking lots adjacent to Highway 1. PRINCIPAL WORK ITEMS: Approximate quantities for major work items: 38,000 cubic yards of roadway excavation 18,000 cubic yards of reinforced soil slope 500 square yards of sculpted shotcrete 1,500 square feet of rockery retaining wall 3,000 cubic yards of special rock embankment 32,000 tons of roadway aggregate 9,000 tons of asphalt concrete pavement 5.8 miles of full depth reclamation 2,200 linear feet pipe culvert (12 to 48 inch diameter) 400 linear feet of pipe culvert lining (24 to 48 inch diameter) 9,000 linear feet of 6-inch PVC waterline 32,000 linear feet of fence Items worth noting: Several reinforced soil slopes will be in steep terrain and very tall (up to approximately 50 feet). One reinforced soil slope will be constructed within a failing embankment that is founded at Davenport Beach. The embankment will include a sculpted shotcrete facing to prevent future wave erosion. Construction access may be difficult as there are limited locations to enter the project corridor and the corridor is relatively narrow. There is no current public traffic along the corridor with the exception of vehicles associated with the adjacent farming operations. The railroad corridor is not in usable condition and will not be in operation through the duration of the project. It is anticipated that this project will be advertised in Fall 2023 with construction occurring from Spring 2024 through Fall 2025. The contracting range for this project is between $25 million and $35 million.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3368c687b188409d996473feb6bb7732/view)
 
Place of Performance
Address: Santa Cruz, CA 95060, USA
Zip Code: 95060
Country: USA
 
Record
SN06730147-F 20230629/230627230049 (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.