Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2007 FBO #2137
SOLICITATION NOTICE

Y -- CO PFH 80-2(3), Guanella Pass Road

Notice Date
10/1/2007
 
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-B-08-00007
 
Response Due
10/9/2007
 
Archive Date
1/30/2008
 
Point of Contact
Brenda McGehee, Contract Specialist, Phone (720) 963-3353, Fax (720) 963-3360
 
E-Mail Address
CFLContracts@fhwa.dot.gov
 
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: Brenda McGehee) for receipt by close of business (4 p.m. local Denver time) on October 9, 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: This project will consist of grading, drainage, retaining walls, asphalt surfacing on 10.274 kilometers (largest schedule) of roadway for CO PFH 80-2(3), Guanella Pass Road, Arapaho National Forest Clear Creek County, Colorado. Estimated price range is between $11,000,000 and $26,000,000. This project contains three schedules and one option. Principal work items on the largest schedule include: 9.533 km of slope, reference, and clearing and grubbing stakes; 19.067 of survey and staking; lump sum contractor testing; 10,200 m of soil erosion control (silt fence); 5,000 m3 of watering for dust control; 8.2 ha of clearing and grubbing; lump sum removal of structures and obstructions; 13,900 m3 of roadway excavation; 5,500 m3 of unclassified borrow; lump sum shoring and bracing of 16 walls; 616 m3 of placed riprap (various classes); 3,350 m2 of mechanically stabilized earthwall; 5,579 m2 of reinforced concrete retaining wall; 590 m of soil nail; 305 m2 of soil nail retaining wall; 26,500 tons of aggregate base; 17,900 tons of superpave pavement; 2,700 tons of hot asphalt concrete pavement; 13,400 m2 of asphalt pavement milling (various depth); 1,427 m of pipe culvert (various size); 35 catch basins; 4,700 m of concrete curb; 1,500 m of concrete curb and gutter; 3,900 m2 of asphalt paved ditch; 1,500 m2 of simulated stone masonry surface treatment; 3,300 m of guardrail system; 1,120 m of chain link fence; 1,400 hours of special labor, hired technical services; 18.9 ha of hydraulic method seeding; 72,000 m of pavement markings; lump sum traffic control (traffic and safety supervisor); 2 temporary traffic signal systems; 500 m of concrete barrier for temporary traffic control; 26,000 hours of traffic control; 7,365 m of conduit (PVC various size); 10 electrical manholes; 1,750 m2 of wire mesh draped rockfall protection; 3,100 m2 of cable net draped rockfall protection; 85 m of rockfall protection fence; along with associated survey and staking, pipe culvert end sections, rental equipment, hydraulic method mulching, planting of container grown trees, and temporary traffic control devices Tentative advertisement date is October 16, 2007. PLEASE NOTE: The Invitation for Bid will be available for download after October 16, 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) 963-3353 or (720) 963-3355. 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: Arapaho National Forest, 2150 Centre Avenue, Building E, Fort Collins, CO
Zip Code: 80526-8119
Country: UNITED STATES
 
Record
SN01425922-W 20071003/071001223205 (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.