Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2009 FBO #2707
SOURCES SOUGHT

Y -- Recovery Project CA PFH 137-1(4), Wentworth Springs Road

Notice Date
4/23/2009
 
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-PFH-137-1(4)
 
Archive Date
5/16/2009
 
Point of Contact
Tiffany C Atchison, Phone: 720-963-3354, Brenda J McGehee,, Phone: 7209633353
 
E-Mail Address
tiffany.atchison@fhwa.dot.gov, 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 May 1, 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 $9 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 El Dorado County, California. The route begins at M.P. 1.30, east of the intersection of SR 193 and Wentworth Springs Road (FH 137) in Georgetown, and proceeds easterly through the communities of Buckeye and Balderston Station to M.P. 6.65. There are approximately 80 residences along the route. There is considerable logging truck traffic and recreational vehicle traffic, in addition to the local traffic. The main schedule for this project will consist of the rehabilitation, restoration, and resurfacing (3R) of approximately 5.4 miles of Forest Highway 137. Rehabilitation consists of Continuous Cold Recycled Asphalt Base overlain with Superpave Hot Asphalt Concrete Pavement. This will be a one-season project. The project is anticipated to begin this spring and extend to mid autumn of 2009. There is an area available for contractor staging on Forest Service property. Principal work items on the schedule include: lump sum contractor testing; 3,410 ln ft of silt fence and 1,870 ln ft of sediment logs for soil erosion control; 1,500 Mgal watering for dust control; 1,470 ln ft of pavement sawcutting; 2,100 cu yd of subexcavation; 6,100 ln ft of ditch reconditioning; 3,310 tons of roadway aggregate; 20,800 tons of superpave pavement; 286 stations of continuous cold recycled asphalt base; 725 ln ft of pipe culvert (various size); 3,800 ln ft of standard underdrain system; 4,670 ln ft of asphalt curb; 3,930 sq yd of asphalt paved ditch; 640 ln ft of guardrail system; 1,920 hours of temporary traffic control (flagger and pilot car); and 32 utility location areas. In addition to the above, the project includes survey and staking, removal items, riprap and revet mattress; seeding and mulching, signing and pavement marking, special labor and equipment categories, and traffic control devices.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7cb21ad6bbf2d5ca73a447ad16496b01&tab=core&_cview=1)
 
Place of Performance
Address: Eldorado National Forest, Placerville, California, 95667, United States
Zip Code: 95667
 
Record
SN01800217-W 20090425/090423215657-7cb21ad6bbf2d5ca73a447ad16496b01 (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.