Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
SOLICITATION NOTICE

Y -- CA PFH 81-1(1), Lake Mary Road, Inyo National Forest, Mono County, California

Notice Date
9/1/2006
 
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
DTFH68-06-B-00028
 
Response Due
10/19/2006
 
Archive Date
12/9/2006
 
Description
THIS ACTION IS BEING CONSIDERED FOR A TOTAL HUBZONE, 8(A) SMALL BUSINESS OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (Details Below). Prime Contractors who are HUBZone small businesses, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation MUST submit the following by e-mail to CFLContracts@fhwa.dot.gov or by telefax to 720-963-3360 (Attn: LeeAnn Bush) for receipt by close of business (4 p.m. local Denver time) on September 8, 2006: (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 or acceptance to the service-disabled veteran-owned small business program (must be obtained prior to date of this synopsis); (3) letter from bonding agent stating bonding capability, to include single and aggregate totals; and listing of experience in work similar in type and scope of this proposed synopsis. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone, 8(a), or service disabled veteran-owned small business 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, 8(a), or service disabled veteran-owned small business set-aside or on an unrestricted basis will be made following the due date and posted as an amendment to this sources sought on the Federal Business Opportunity website at www.fbo.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: This project consists of rehabilitation, restoration and resurfacing (3R) on approximately 2.6 miles of Lake Mary Road in Inyo National Forest, Mono County, California. The estimated price range is between $3,000,000 and $5,000,000. MAJOR WORK ITEMS INCLUDE: 49.13 stations of slope, reference, and clearing and grubbing staking; 99.56 stations centerline verification and staking; lump sum survey and staking retaining walls (7 locations); 5 each survey and staking drainage structures; 205 hours miscellaneous survey and staking; lump sum contractor testing; 6,000 ln ft silt fence; 530 ln ft sediment logs; 5.7 acres clearing and grubbing; removal of individual stumps, boulders, headwalls, inlets, pipe culverts, and signs; 2,800 cu yd roadway excavation (1,745 cu yd embankment); 215 cu yd placed riprap (class 2 & 3); 165 sq yd rockery wall; 1,200 cu yd gabion retaining wall; 36,000 sq yd pulverizing; 7,500 tons hot asphalt concrete pavement; concrete headwalls for various size pipe culvert; along with associated guardrail, pavement marking; rental equipment; and traffic control. Following is a list of environmental commitments for this project: (1) Compliance with CA Air Resources Board Rules 400, 401, 402; (2) Preparation of a sediment and erosion control plan in coordination with the Lahontan Region State Water Resources Control Board; (3) Comply with the Clean Water Act, Section 402 Permit; (4) An archaeologist will monitor ground disturbing activities in the vicinity of prehistoric sites across from Lake Mamie; (5) Comply with the U.S. Army Corps of Engineers 401 and 404 Permits; (6) To avoid impacts to migratory birds, complete clearing work outside the breeding season (May 1 ? August 30); (7) Blasting is permitted only between 9 a.m. and 1 p.m.; (8) During construction working hours, one traffic lane must remain in operation at all times; (9) During non-working hours both traffic lanes will be open; (10) The Town of Mammoth Lakes and Inyo National Forest must be notified 2 weeks prior to any road closures, detours, or delays longer than 30 minutes; (11) Re-vegetate disturbed areas using the seed mix identified by FHWA; (12) Use weed-free mulch. Anticipated Advertisement Date: September 18, 2006
 
Place of Performance
Address: Inyo National Forest, 351 Pacu Lane, Mono County, Bishop, CA 93514,
Zip Code: 93514
Country: UNITED STATES
 
Record
SN01132586-W 20060903/060901220739 (fbodaily.com)
 
Source
FedBizOpps 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.