Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2008 FBO #2592
SOURCES SOUGHT

Y -- AZ PRA GRCA 12(6), CVIP and Mather Point Improvements

Notice Date
12/29/2008
 
Notice Type
Sources Sought
 
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
AZ-GRCA-12(6)
 
Archive Date
1/9/2009
 
Point of Contact
Brenda J McGehee,, Phone: 720-963-3353
 
E-Mail Address
brenda.mcgehee@fhwa.dot.gov
 
Small Business Set-Aside
N/A
 
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). THIS IS NOT A SOLICITATION FOR BIDS. 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@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 January 6, 2009: (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. In the case of a Service Disabled Veteran Owned Small Business Concern, you must provide proof of eligibility; (must be obtained prior to date of synopsis); (3) a letter from your bonding agent stating your firms capability to bond for a single project of $11,000,000, and your firms aggregate bonding capacity; and (4) a description of projects your firm has completed as a prime contractor which are similar in scope to the work outlined under PROJECT DETAILS below 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 up to 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 firms not qualified as HUBZone SBCs. PROJECT DETAILS: The project consists of approximately 0.8 miles of new road construction, the construction of 5 new parking areas, and the construction of one bus turn around area for AZ PRA GRCA 12(6), CVIP and Mather Point Improvements in the Grand Canyon National Park, South Entrance Road, Coconino County, Arizona. The major work elements consists of earthwork grading, asphalt paving, concrete paving, drainage work (including culverts, sand filters, and outlet control structures), minor concrete structures, concrete curb, asphalt trails, site grading for water quality ponds, irrigation, seeding, signing, striping, erosion control, pedestrian fencing, removal and resetting two existing bus shelters, and an option for utility installation including water, sewer and electric. This project contains two schedules and one option. Principal work items on the largest schedule include: lump sum construction surveying and staking; lump sum contractor testing; lump sum removal of structures and obstructions; 16,500 cu yd of unclassified borrow; 20,200 cu yd of embankment construction; 1,200 cu yd of placed riprap; 19,500 tons of aggregate base; 25,100 sq yds of 8-inch depth pulverizing; 14,000 tons of superpave pavement; 3,900 sq yds of 8-inch depth, type C smoothness, plain rigid pavement; 2,600 ln ft of 24-inch pipe culvert; 8,000 ln ft of 18-inch depth concrete curb; 6,270 ln ft of 8-inch depth stone curb; lump sum water system (raw); lump sum water system (potable); lump sum irrigation system; 5,010 sq yd of asphalt sidewalk; 4,840 cu yd of furnishing and placing topsoil; 2,600 cu yd of placing manufactured topsoil; along with associated erosion control, clearing and grubbing, pavement milling, sewer lines, seeding and mulching, and traffic control. Tentative advertisement date is February 18, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=96460d5714ba9b8c72fa0d47932579db&tab=core&_cview=1)
 
Place of Performance
Address: Grand Canyon Naitonal Park, Grand Canyon, Arizona, 86023, United States
Zip Code: 86023
 
Record
SN01724769-W 20081231/081229214159-96460d5714ba9b8c72fa0d47932579db (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.