Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOURCES SOUGHT

Y -- CA PRA YOSE 15(1), Glacier Point Road

Notice Date
2/24/2009
 
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
CA-PRA-YOSE-15(1)
 
Archive Date
3/19/2009
 
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). 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 March 4, 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 (DD form 214 or a letter of adjudication from the Veterans Administration). This information must be provided in order to determine eligibility – DO NOT SEND COPIES OF YOUR CCR PROFILE; (3) letter from bonding agent stating your firm’s capability to bond for a single project of $12 million, and your firm’s aggregate bonding capacity; and (4) Detailed descriptions of projects your firm has completed as a prime contractor which are similar in scope to the work outlined under PROJECT DETAILS below. 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 is located in Yosemite National Park, Mariposa County, California. It includes 5.06 miles of Glacier Point Road, 0.31 miles of Wawona Road, 0.10 miles of Badger Pass Ski Area Access and the Badger Pass Ski Area Parking Lot. The work required will be pulverizing, hot asphalt concrete paving, concrete retaining walls, guardwall and drainage. Principal work items include: 215.5 stations of centerline verification and staking; survey and staking of 56 drainage structures; lump sum contractor testing; 11,000 ln ft of silt fence; 500 mgal of watering for dust control; 7.40 acres of selective clearing; removal of 50 trees; removal of 20 pipe culverts; removal of 6,000 ln ft of concrete curb removal; 5,700 cu yds of roadway excavation; 5,000 cu yds of subexcavation; 625 cu yds of placed riprap; 380 sq ft of reinforced concrete retaining wall; 109,800 sq yds of pulverizing (7-inch depth); 2,900 tons of roadway aggregate; 20,300 tons of hot asphalt concrete pavement; 200 tons of antistrip additive; 990 tons of blotter; 1,400 sq yds of plain rigid pavement; 2,970 ln ft of pipe culvert (various sizes); 77 CALTRANS inlets (various types); 1,320 ln ft of standard underdrain system; 15,200 ln ft of concrete curb; 3,000 concrete curb and gutter; 685 ln ft of stone masonry guardwall; 105 ln ft of stone masonry parapet; remove and reset 11 stone masonry headwalls; 220 hours of special labor-slope scaling; 229,000 ln ft of solid pavement markings; 1,320 ln ft of concrete barrier temporary traffic control; 5,500 hours of traffic control (flagger and pilot car). All of the above along with associated removal of various items, roadway obliteration, fog seal, tack coat, end sections for pipe culverts, and traffic control warning lights and portable message signs. Advertisement of this project will be based on receipt of Economic Recovery money.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=add630eef0a8feb52fed0497025ce962&tab=core&_cview=1)
 
Place of Performance
Address: Yosemite National Park, Yosemite Village, California, 95389, United States
Zip Code: 95389
 
Record
SN01755458-W 20090226/090224215747-add630eef0a8feb52fed0497025ce962 (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.