Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2009 FBO #2714
SOLICITATION NOTICE

Y -- RECOVERY - ND RRP CLSA 12(1), Auto Tour Route

Notice Date
4/30/2009
 
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
ND-RRP-CLSA-12(1)
 
Archive Date
5/14/2009
 
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 FOR THIS NOTICE, THE DETERMINATION HAS BEEN MADE TO ADVERTISE THIS PROJECT ON A FULL AND OPEN BASIS. LOOK FOR PRESOLICITATION NOTICE NUMBER DTFH68-09-B-00024. THIS IS NOT A REQUEST FOR BID THIS ACTION IS BEING CONSIDERED FOR A TOTAL HUBZONE OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (Details Below). Prime Contractors who are HUBZone 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 April 22, 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. 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 $800,000 and your firm’s aggregate bonding capacity; and (4) Detailed descriptions of projects your firm has completed as a prime contractor which involve removal and replacement of a single span, steel girder bridge - see 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: J Clark Salyer National NWR is located in Upham, ND, approximately 70 miles northwest of Minot. The Refuge is approximately 58,700 acres, containing about 34 miles of road which are predominately gravel and some native surfacing. Approximately 75 miles of the Souris River meanders through the Refuge. The project area is flat with little to no hilly terrain. This project is located within the 12 mile stretch of road that begins at the Willow-Upham Road and ends at the intersection of Route 14. This section of the Refuge road is called the Scenic Auto Tour Route. The project work consists of the reconstruction of the Willow Creek Bridge and approaches to the bridge. Bridge Construction The Willow Creek Bridge is currently a single span, steel girder bridge that contains a timber transverse nail laminated deck. The bridge is single lane and is approximately 27’ in length and about 15.5’ wide. There is existing railings on the bridge. The superstructure is made of steel beams supporting a timber deck planks. The abutment foundations are assumed to be on spread footings. The substructure consists of vertical concrete abutment walls with flared wings. The project work will require the removal of the bridge. In addition, survey and staking and structure excavation will be required for the construction of the new bridge. The new bridge will be a two-lane single span, having a superstructure that is precast prestressed concrete bulb girders, with a cast-in-place deck. The substructure (foundation) will be steel H piles with concrete caps. The new bridge railings are concrete, New Jersey safety shape. The new bridge railings will be transitioned into standard guardrail at the ends. The Willow Creek bridge will be constructed on its existing alignment. Approximately 2500 ft2 of riprap slope protection will be constructed underneath the bridge. The portion of road leading to the bridge will be reconstructed to meet the new bridge approaches. This work will include minor earthwork (excavation) and placement of 8” of roadway aggregate base. The total length of the approach work is approximately 1100 ft. The construction of the bridge is expected to take between 3-4 months. It is anticipated that the bridge will be constructed in one season. Construction is estimated to begin in June 2009. and the estimated price range is $500K to $800K.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=17ea1588c787b5ba0602eb5a31dca2f6&tab=core&_cview=1)
 
Place of Performance
Address: J Clark Salyer National Wildlife Refuge, Upham, North Dakota, United States
 
Record
SN01806333-W 20090502/090430222054-17ea1588c787b5ba0602eb5a31dca2f6 (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.