Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2008 FBO #2552
SOLICITATION NOTICE

Y -- HIGHWAY CONSTRUCTION - Agg Base, Grading and Paving

Notice Date
11/19/2008
 
Notice Type
Modification/Amendment
 
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, Colorado, 80228
 
ZIP Code
80228
 
Solicitation Number
DTFH68-09-B-00007
 
Response Due
11/18/2008
 
Archive Date
11/25/2008
 
Point of Contact
Brenda J McGehee,,
 
E-Mail Address
brenda.mcgehee@fhwa.dot.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Based on responses received to this sources sought notice, the determination has been made to sole-source this work to a Service Disabled Veteran Owned Small Business Concern located in New Braunfels, Texas. THIS IS NOT A SOLICITATION - THIS IS A SOURCES SOUGHT NOTICE TO DETERMINE IF THERE IS INTEREST FROM HUBZONE SMALL BUSINESS, 8(A) SMALL BUSINESS OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS CONCERNS CAPABLE OF PERFORMING THIS WORK (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 November 18, 2008: (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 a single contract bonding capability up to $800,000; and (4) a 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. No additional information will be solicited from any firm. 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 ground surveys (pre and post), roadway excavation, grading, aggregate base, and asphalt pavement on 470 linear feet of roadway on TX RRP BACA 100(1), Balcones Canyonlands National Wildlife Refuge in Travis and Burnet Counties, Texas. The estimate price range is between $250,000.00 and $800,000.00. This project contains one schedule with principal work items including: construction survey and staking, contractor testing, clearing and grubbing, 800 cy roadway excavation, 900 tons roadway aggregate (method 2), 450 tons Hot asphalt concrete pavement, 1ton fog seal (emulsified asphalt), along with associated erosion control, traffic control and signing, heavy equipment, seeding and mulching. Tentative advertisement date is December 3, 2008. PLEASE NOTE: The Invitation for Bid will be available for download after advertisement from the Federal Business Opportunities (FBO) website at www.fedbizopps.gov. PLANS WILL BE AVAILABLE FOR DOWNLOAD IN ADOBE (.pdf) FORMAT AFTER ADVERTISEMENT at http://www.cflhd.gov/procurement/construction/advertised-projects.cfm under the Project Name.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ecdcb44a8d914f3c8150f746d66e7396&tab=core&_cview=1)
 
Place of Performance
Address: Located in Balcones Canyonlands National Wildlife Refuge about 30 minutes Northwest of Austin, Texas., United States
 
Record
SN01707335-W 20081121/081119215717-ecdcb44a8d914f3c8150f746d66e7396 (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.