Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2009 FBO #2672
SOLICITATION NOTICE

Y -- CA PRA DEVA 11(2), Bonnie Clare Road, Death Valley National Park

Notice Date
3/19/2009
 
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
CA-PRA-DEVA-11(2)
 
Archive Date
4/17/2009
 
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
BASED ON RESPONSES RECEIVED TO THE SOURCES SOUGHT NOTICE, THE DETERMINATION HAS BEEN MADE TO ADVERTISE THIS PROJECT ON A FULL AND OPEN BASIS. THE ANTICIPATED ADVERTISEMENT DATE IS MID APRIL. PLEASE LOOK FOR SOLICITATION DTFH68-09-C-00019. THIS IS NOT A REQUEST FOR BID 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 11, 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 $26,000,000 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 will pulverizing, hot asphalt concrete pavement and drainage improvements on 33 miles of roadway for CA PRA DEVA 11(2), Bonnie Clare Road in Death Valley National Park, Inyo County, California Estimated price range is between $20 and $26 million Principal work items for this project include: 1,753 stations of centerline verification and staking; survey and staking of 113 drainage structures; lump sum contractor testing; 8,400 ln ft of soil erosion control; 5,000 m gal of watering for dust control; 8,925 cu yd of waste; 3,395 cu yd of galvanized or aluminized coated gabions; 10,170 sq yds of galvanized or aluminized coasted revet mattress; 1,750 stations of 4-inch depth pulverizing; 74,480 tons of hot asphalt concrete pavement; 745 tons of type 3 antistrip additive; 190 tons of fog seal; 540 tons of prime coast; 3,365 tons of blotter; 190 tons of tack coat; 9,730 ln ft of concrete barrier; lump sum materials transfer vehicle; 1,950 galls of pavement markings; 67 miles of pavement markings for temporary traffic control; 3,300 hours of traffic control (flagger and pilot car). All of the above along with associated roadway obliteration, placed riprap, roadway aggregate, special labor categories, and equipment. All quantities are estimates and subject to change.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=78aa84a26b7c122af1f5a81cc2273f81&tab=core&_cview=1)
 
Place of Performance
Address: Death Valley National Park, P.O. Box 579, Death Valley, California, 92328, United States
Zip Code: 92328
 
Record
SN01773624-W 20090321/090319221014-78aa84a26b7c122af1f5a81cc2273f81 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.