Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
MODIFICATION

Y -- HUBZONE CONSIDERATION (see description below) Highway Construction - NM PRA BAND 10(1), Route 10, Bandalier National Monument, Sandoval County, NM

Notice Date
3/4/2004
 
Notice Type
Modification
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, Room 259 555 Zang Street, Lakewood, CO, 80228-1010
 
ZIP Code
80228-1010
 
Solicitation Number
NM-PRA-BAND-10-1-ROUTE10
 
Response Due
3/10/2004
 
Archive Date
10/1/2004
 
Point of Contact
Lori K Rivera, Acquisition Program Specialist, Phone (303)716-2015, Fax (303)969-5971, - Brenda McGehee, Acquisition Program Specialist, Phone (303) 716-2080, Fax (303)969-5971,
 
E-Mail Address
lorik.rivera@fhwa.dot.gov, bmcgehee@road2.cflhd.gov
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This modification to previously submitted synopsis dated March 1, 2004, adjusts the Set-Aside status option to Total HUBZone (See Set Aside pull-down menu below Place of Contract Performance). As a result of this modification, the response due date has been extended to 4:30 p.m. (Denver local time) on March 10, 2004. All other items in this synopsis remain the same. If the required number of responses are not received by the response due date, a modification will be issued to compete on an unrestricted, full and open, basis. THIS ACTION IS BEING CONSIDERED FOR A TOTAL HUBZONE SMALL BUSINESS SET-ASIDE (see items 1-4 below). Prime Contractors who are HUBZone small businesses and who intend to submit a bid for this solicitation MUST submit the following by e-mail to contracts@road.cflhd.gov or by telefax to 303-969-5971 for receipt by close of business (4:30 p.m. local Denver time) on March 10, 2004; (1) a positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (2) date of HUBZone small business certification (must be obtained prior to date of this synopsis); (3) statement of bonding capability, to include single and aggregate totals; and (4) listing of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact including phone numbers. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone concerns. Failure to submit all information requested will result in a contractor being considered not interested in this solicitation. A decision on whether this will be pursued as a HUBZone small business set-aside or on an unrestricted basis will be posted as a modification in the FedBizOpps.gov site on March 9, 2004. Please conduct a search under: Full Text - Central Federal Lands Highway Division; Documents - Active, Synopses; Class Code - Y--Construction of Structures and Facilities; Agency - Department of Transportation; and click Start. Tentative Advertisement Date: March 16, 2004 PROJECT DETAILS: This project consists of asphalt surfacing, road reconditioning, and an option to include overlay of parking area on 1.5 miles for the entrance road to Bandelier National Monument, NM PRA BAND 10(1) - Route 10, in Sandoval County, New Mexico. The estimated price range is between $0.00 and $3,000,000. Principal work items on the primary schedule include: lump sum surveying and staking; lump sum contractor testing; 18,400 m2 removal of asphalt pavement; roadway excavation and subex; 2,150 m3 unclassified borrow; 15,500 m2 road reconditioning; 2,900 metric tons roadway aggregate (meth. 2); 420 metric tons asphalt cement; 7,000 metric tons Superpave asphalt concrete pavement; 160 m Portland cement concrete curb; 2,242 m colored Portland cement concrete curb (various depth); wheelchair ramp; 74 m guardrail system; heavy equipment operators (various); along with associated seeding, mulching, signing, pavement markings, signal lighting and traffic control. The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontractor at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guaranty on the bond amount to a surety against losses. Loans are also available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000 with interest at prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information and applicable forms concerning the Bonding Assistance Program and/or the STLP, please call (800) 532-1169.
 
Record
SN00536473-W 20040306/040304222221 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.