Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2005 FBO #1207
SOLICITATION NOTICE

Y -- MT OMAD 18(38), MINUTEMAN MISSILE BASE ROADS

Notice Date
3/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA, 98661-3801
 
ZIP Code
98661-3801
 
Solicitation Number
DTFH70-05-B-00008
 
Response Due
5/9/2005
 
Description
MT OMAD 18(38), MINUTEMAN MISSILE BASE ROADS, Toole, Teton, and Pondera Counties, Montana. THIS SOLICITATION IS BEING CONSIDERED FOR A TOTAL HUBZONE SMALL BUSINESS SET-ASIDE. Prime Contractors who are HUBZone small businesses and who intend to submit an offer for this solicitation, MUST submit their information by e-mail to contracts@mail.wfl.fhwa.dot.gov or by fax to 360.619.7932 for receipt by 5:00 pm local time on 3/22/2005. (NOTE: Should your HUBZone firm fail to respond by this deadline, you may still submit a bid/offer.) Your submission must include the following: (a) a positive statement of your intention to submit an offer for this solicitation as a Prime Contractor; (b) your date of HUBZone small business certification; (c) a statement of your bonding capability, including both single and aggregate totals; and (d) a listing of your experience in work of similar type and scope, including contract numbers, project titles, dollar amounts, and the names and phone numbers of points of contact for the contracting entity. This agency will NOT contact respondents for missing data, so it is imperative that you include sufficient detail on all of the above points. A decision on whether this project will be pursued as a HUBZone small business set-aside or on an unrestricted basis will be posted as a modification in FedBizOpps. THIS SOLICITATION WILL BID WITH SIX (6) SCHEDULES: Base Schedule and five (5) Options (Options A, B, C, D, E). The work consists of road reconditioning and aggregate resurfacing. Project lengths are: Base 33.82 mi; Opt A 2.88 mi; Opt B 5.84; Opt C 6.97 mi; Opt D 4.11 mi; Opt E 4.45 mi. THE PROJECT INCLUDES contractor quality control & assurance; contractor sampling & testing; construction schedules; temporary traffic control; watering for dust control: Base 3,127 m gal, Opt A 275 m gal, Opt B 540 m gal, Opt C 647 m gal, Opt D 386 m gal, Opt E 429 m gal; untreated aggregate courses: Base 107,600 ton, Opt A 9,600 ton, Opt B 18,600 ton, Opt C 22,300 ton, Opt D 13,400 ton, Opt E 15,100 ton; road reconditioning: Base 1,785 sta, Opt A 152 sta, Opt B 308 sta, Opt C 368 sta, Opt D 217 sta, Opt E 235 sta; flagger hours: Base 2,200 hr, Opt A 190 hr, Opt B 380 hr, Opt C 455 hr, Opt D 267 hr, Opt E 290 hr; and other items of work. Project is located approximately 60 miles Northwest of Great Falls Montana. Work shall be completed by: Base 8/23/05, Opt A 9/9/05, Opt B 9/20/05, Opt C 10/18/05, Opt D 10/31/05, Opt E 11/14/05. Estimated price range is between $1,000,000 to $5,000,000. When solicitation documents are issued, the INVITATION FOR BID (Specifications) AND BIDDERS PACKET will be available in electronic format only at www.wfl.fhwa.dot.gov/edi/. Clicking on REGISTER TO RECEIVE NOTIFICATION insures notification when solicitation documents are issued. The INVITATION FOR BID (specifications) and BIDDERS PACKET are available in electronic format only. Pending finalization of details to make plans available electronically, plans will only be available in paper format at this time. By registering to receive notification, when the Invitation for Bid becomes available, you may then request plans by e-mail to contracts@mail.wfl.fhwa.dot.gov, or by fax to (360) 619-7932. The following applies only to Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. The DOT Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOTs Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. 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 about the Bonding Assistance Program, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: Project is located approximately 60 miles Northwest of Great Falls Montana.
 
Record
SN00768950-W 20050317/050315212135 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.