Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

Y -- WY HPP 4-1(4), BEARTOOTH HIGHWAY, US HIGHWAY 212, SHOSHONE NATIONAL FOREST, PARK COUNTY, WYOMING

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, CO, 80228
 
ZIP Code
80228
 
Solicitation Number
DTFH68-05-R-00009
 
Response Due
7/29/2005
 
Archive Date
12/31/2005
 
Description
This solicitation is offered as a Request for Proposal under Federal Acquisition Regulation Part 15.101-2 ? Lowest Price Technically Acceptable Source Selection Process. The Government will award a firm fixed-price contract to the responsive, responsible Contractor on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptable standards for non-cost factors. The project consists of roadway realignment, reconstruction, grading, drainage, aggregate base, minor asphalt concrete pavement, guardrail, bridges and MSE walls on 1.000 kilometers of roadway for the Beartooth Highway project, WY HPP 4-1(4), US Highway 212, in Shoshone National Forest, Park County, State of Wyoming. Estimated price range is between $8,000,000 and $12,000,000. The work consists of 1 bid schedule without options. Principal work items in the project include: Surveying and Staking (various); lump sum contractor testing; soil erosion control (various); 3.1 ha clearing and grubbing; removal of structures and obstructions (various); lump sum shoring and bracing (Ravine bridge and wall); placed riprap; 2,300 m2 MSE wall; 50 m2 reinforced concrete retaining wall; 10,000 metric tons aggregate base; 2,500 metric tons minor asphalt pavement; 1,900 m3 structural concrete; 300 m3 Grout (low pressure); 54,922 kg reinforcing steel; 157,953 kg reinforcing steel (epoxy coated); 291,700 kg structural steel (furnished, fabricated, erected); 638 m steel bridge railing; 580 m micropiles; 105 m pipe culvert (various); 690 m concrete curb (various); 175 m2 simulated stone masonry surface treatment (Ravine bridge and guard wall); test walls for surface treatment; 45 m guardrail system (WY box beam steel posts); lump sum materials transfer vehicle; seeding/mulching, dry and hydraulic methods (various); pavement markings and traffic control. Tentative advertisement date is June 28, 2005. PLEASE NOTE: The Request for Proposals (solicitation documents) will be available for download on or after advertisement date from the Federal Business Opportunities website under CFLHD Solicitation Synopsis page at http://www2.eps.gov/spg/DOT/FHWA/68/postdatePrevDays_1.html. AT THIS TIME, PLAN SETS WILL BE OBTAINABLE ONLY THROUGH A&D DRAFT-AID IN EITHER CD ROM OR PAPER VERSION. For pricing information on plan sets or to place an order, please call A&D Draft-aid at (303) 573 5757 or e-mail your request to office@addraftaid.com. Requests must include the project name and/or solicitation number, point of contact and a fax number. FOR QUESTIONS REGARDING SOLICITATION DOCUMENTS, PLEASE CALL (720) 963 3353 or (720) 963-3355. PROJECT RELATED QUESTIONS MUST BE SUBMITTED IN WRITING BY FAX (720) 963-3600, E-MAIL: CFLContracts@fhwa.dot.gov or POSTAL: FHWA, CFLHD, ATTN: LEEANN BUSH, 12300 WEST DAKOTA AVE. SUITE 360, LAKEWOOD, CO 80228. All bid forms, bid bonds, and other documents required for the bid submittal shall be submitted to FHWA in paper format. Electronic format for the bid submittal documents will not be allowed. Amendments to this solicitation will be issued in paper format to all plan holders and will be posted on our website at http://www.cflhd.gov/procurement. The following applies only to Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs): 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. Internet address: http://osdbuweb.dot.gov.
 
Record
SN00814343-W 20050526/050524211828 (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.