Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

Y -- CA PRA YOSE 16(2), El Portal Road

Notice Date
7/12/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DTFH68-07-B-00020
 
Response Due
7/19/2007
 
Archive Date
9/30/2007
 
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 July 19, 2007: (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. The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified in the Online Representations and Certifications Application (ORCA) located at https://orca.bpn.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: Project Details: This project will consist of grading, MSE retaining walls, soil nail walls, grout injection, aggregate base course, hot asphalt concrete pavement, simulated stone masonry guardwall and cantilevered moment slab construction on 0.265 miles of roadway for CA PRA YOSE 16(2), El Portal Road, in Yosemite National Park, Mariposa County, California. Estimated price range is between $5,000,000 and $9,000,000. This project contains one schedule. Principal work items include lump sum mobilization; lump sum contractor testing; 12,700 ft2 of MSE walls (two types); 9,400 linear feet of soil nails (two diameters); 1,600 yd2 of soil nail retaining walls (three types); 400 yd3 of grout; 1,200 tons of roadway aggregate; 1,000 tons of hot asphalt concrete pavement; 85 yd3 of structural concrete; 16,500 pounds of reinforcing steel; 1,200 yd2 of simulated stone masonry surfacing; 1,300 linear feet of concrete guardwall; 125 linear feet of concrete parapet wall; 2,250 yd3 of rubble masonry; along with associated surveying, staking, removal and traffic control. Tentative advertisement date is July 27, 2007. PLEASE NOTE: The Invitation for Bid will be available for download after July 27, 2007, from the Federal Business Opportunities (FBO) 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 also available at the above website. If you have problems accessing information on the website, please call (720) 963-3355 or (720) 963-3353. 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.
 
Place of Performance
Address: Yosemite National Park, Mariposa County, California
Zip Code: 95389
Country: UNITED STATES
 
Record
SN01340522-W 20070714/070712220849 (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.