Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOURCES SOUGHT

Y -- Pavement Preservation - Death Valley, Joshua Tree and Lake Mead NP's

Notice Date
8/5/2009
 
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-NV-NPS-PWR-PRES-2(09)
 
Archive Date
8/27/2009
 
Point of Contact
Craig Holsopple, Phone: 7209633350
 
E-Mail Address
craig.holsopple@fhwa.dot.gov
(craig.holsopple@fhwa.dot.gov)
 
Small Business Set-Aside
N/A
 
Description
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: Craig Holsopple) for receipt by close of business (3 p.m. local Denver time) on August 12, 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 $11 million, and your firm’s aggregate bonding capacity; and (4) Detailed descriptions of projects your firm has completed as a prime contractor that involve chip seal and modified slurry seal pavement preservation treatments. 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 provides pavement preservation for various roadways in Death Valley National Park, Joshua Tree National Park and Lake Mead National Recreation Area. These Parks are located in Southern California and Southern Nevada. These Parks lie west of the Rocky Mountains and east of the Sierra Nevada Mountains. The main preservation treatments being use are chip seals and modified slurry seals. Other construction applications used on a lesser scale are pavement patching, crack sealing and pavement markings. The work at Death Valley consists of approximately 890,000 square yards of chip seals and 330,000 square yards of modified slurry seals. The main features being treated are Daylight Pass Road, Beatty Cutoff Road, Badwater Road, Dante’s View Road and the parking lot at Scotty’s Castle. This work is divided into Schedule A, Option Y and Option Z. Options Y and Z will be awarded if funding is available. The Joshua Tree work includes 740,000 square yards of chip seals and 50,000 square yards of modified slurry seals. This work extends to all portions of the paved surfaces in the Park. The work at Lake Mead consists of 490,000 square yards of chip seals and 155,000 square yards of modified slurry seals. This work is confined to four major areas. Included are the Temple Bar Area, the South Cove Area, the Cottonwood Cove Area and the parking areas in Boulder City, Headquarters and Maintenance. These areas are in Arizona and Nevada. Advertisement is expected in early September of 2009. The estimated cost is $9 to $11 milliion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-NV-NPS-PWR-PRES-2(09)/listing.html)
 
Place of Performance
Address: Death Valley National Park, PO Box 579, Death Valley, CA 92328-0570, Joshua Tree National Park, 74485 National Park Drive, Twentynine Palms, CA 92277-3597, Lake Mead National Recreation Area, 601 Nevada Way, Boulder City, NV 89005, United States
Zip Code: 89005
 
Record
SN01900647-W 20090807/090806001727-786cdce131f10ff9bf28c92063d699e7 (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.