Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2006 FBO #1773
SOLICITATION NOTICE

Y -- CA PRA LAVO 10(2) Lassen Park Road, Lassen Volcanic National Park, Tehama & Shasta County, California

Notice Date
10/2/2006
 
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
DTFH68-07-B-00005
 
Response Due
10/10/2006
 
Archive Date
1/31/2007
 
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 October 10, 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) A letter from a 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 will consist of three schedules. The work involves a proposed project for rehabilitation, restoration, and resurfaces (3R) pavement and drainage improvements for the Main Park Entrance Road, parking pullouts, and various parking areas in the Lassen Volcanic National Park. The following locations within the Park are being rehabilitated: 34.5 kilometers of the Entrance Road, Lake Helen Picnic Area, Lassen Peak Summit Parking Lot, King?s Creek Picnic Area Road, Summit Lake South and North Campgrounds Parking Lot, Summit Lake Ranger Station and Trailhead Parking, Hat Lake Parking area, and Devastated Area Parking area. In addition, 13.8 kilometers of the Main Park Entrance Road and associated parking areas rehabilitated in 2002 and 2003 under the LAVO 10(1) project are planned to receive a chip seal surface treatment. The chip seal begins at the south entrance to the Park and ends near the Bumpass Hell Parking Lot. The pavement and drainage improvements proceed north from the Bumpass Hell Parking lot and terminate near Dersch Meadows. The project also includes a chip seal of the road that meets the Main Park Road and proceeds to Manzanita Lake Major items include: Survey and staking (various), lump sum contractor testing, soil erosion control (silt fence and sediment logs), 0.20 ha clearing and grubbing, roadway obliteration, 750 m3 roadway excavation, 105 m3 placed riprap (various), 6,700 metric tons roadway aggregate, 24,770 metric tons hot asphalt concrete pavement, 142,000 metric tons of pulverizing, box culvert repairs, 162 m culvert installation, signing, boulders, 22 ea stone masonry headwall, pavement marking, 4000 hours temporary traffic control flagger, 1500 hour pilot car, traffic control barricades, cones, drums and warning lights. The estimated price range is: 7-10 million. Tentative advertisement date is October 16, 2006. PLEASE NOTE: The Invitation for Bid will be available for download from the Federal Business Opportunities (FedBizOpps) website at www.fedbizopps.gov. PLANS WILL BE AVAILABLE FOR DOWNLOAD IN ADOBE (.pdf) FORMAT ONLY ON CFLHD's WEBSITE at http://www.cflhd.gov/procurement/construction/advertised-projects.cfm under the Project Name. In order to view the plans, interested vendors must register through the CFL website. Other information regarding this solicitation is available only from FHWA Lakewood Office. Please call (720) 963-3353 or (720) 963-3355 or visit http://www.cflhd.gov/procurement/construction/advertised-projects.cfm Technical questions specific to the project will only be addressed by FHWA via written correspondence to e-mail address CFLContracts@fhwa.dot.gov or FAX to (720) 963-3360. Bidders/Offerors must acknowledge all amendments in order to be deemed responsive to this solicitation. It is the bidders/offerors responsibility to check for any amendments issued during the advertisement period. Amendments can be found at www.cflhd.gov/procurement and on the FedBizOpps website listed above. 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 posted on our website at http://www.cflhd.gov/procurement/construction/advertised-projects.cfm
 
Place of Performance
Address: Lassen Park Road, Lassen Volcanic National Park., 70 km east of Redding, CA
Zip Code: 96063
Country: UNITED STATES
 
Record
SN01159668-W 20061004/061002220153 (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  © 1994-2020, Loren Data Corp.