Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
SOURCES SOUGHT

Y -- TX BIBE 11(2), 13(4), 233(1) & TX BIBE ERFO 16(5), Big Bend National Park

Notice Date
2/24/2010
 
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
TX-BIBE-11(2)-13(4)-322(1)-TX-ERFO-16(5)
 
Archive Date
3/19/2010
 
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 – PLANS AND SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED TOTAL HUBZONE, OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES TO SET THIS PROJECT 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@fhwa.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 March 4, 2010: (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 $6.5 million, and your firm’s aggregate bonding capacity; and (4) Provide a list of road construction projects involving roadway excavation, subexcavation, roadway aggregate, pulverizing, and superpave hot asphalt concrete pavement. State whether your firm was the prime contract or subcontractor on the project. DO NOT SEND INFORMATION ON PROJECTS THAT DO NOT INCLUDE THE ABOVE WORK. 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 within Big Bend National Park, located 70 miles south of Marathon, Texas or 130 miles southeast of Alpine, Texas. The project is to consist of several work elements along the North Entrance Road, West Entrance Road, Chisos Basin Campground and Santa Elena River Road. Schedule A includes resurfacing, restoration and rehabilitation of 0.11 miles of the North Entrance Road, 4.41 miles of the West Entrance Road and 0.29 miles of the Chisos Basin Campground Entrance Road. The work for the North Entrance Road and the West Entrance Road consists of partial roadway subexcavation, pulverizing existing structural section to a depth of 6 inches and 3 to 3-1/2 inches of Superpave pavement. The work for the Chisos Basin Campground Entrance consists of grading, drainage, roadway aggregate and 2 inches of Superpave pavement. The major items for work for Schedule A are: Roadway Excavation – 1,500 CUYD Subexcavation – 3,000 CUYD Pulverizing, 6 inch depth – 64,000 Roadway Aggregate – 2300 TON Superpave Pavement – 12,500 TON Schedule B includes rehabilitation of 3 sites along the Santa Elena River Road. Work is to reconstruct Low Water Crossings at Blue Creek and Alamo Creek. Included under this schedule are resurfacing, restoration, and rehabilitation of the Santa Elena River Access turnaround loop and parking area. Driven sheet piles are to be installed at the Santa Elena River Access to protect the paved surfaces from river erosion. The major items for work for Schedule B are: Roadway Excavation – 1,000 CUYD Roadway Aggregate – 1,100 TON Superpave Pavement – 500 TON Sheet Piles – 600 SQYD Concrete Barrier – 1600 LNFT (Used in Low Water Crossing Construction, left in place) Option X includes resurfacing, restoration and rehabilitation of 0.42 miles of the Chisos Basin Campground Loops. The work consists of grading, drainage, roadway aggregate, and 2 inches of Superpave pavement. The major items for work for Option X are: Roadway Excavation – 1,000 CUYD Roadway Aggregate – 1400 TON Superpave Pavement – 450 TON Option Y includes paving for campground parking pads within the Chisos Basin Campground. The work consists of grading, drainage, roadway aggregate, and 2 inches of Superpave pavement. The major items for work for Option Y are: Roadway Aggregate – 650 TON Superpave Pavement – 225 TON It is anticipated that this project will be advertised in late March with a construction period lasting from 90 to 120 days. Estimated cost $4.5 to $6.5 million
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/TX-BIBE-11(2)-13(4)-322(1)-TX-ERFO-16(5)/listing.html)
 
Place of Performance
Address: Big Bend National Park, Big Bend National Park, Texas, 79834, United States
Zip Code: 79834
 
Record
SN02074123-W 20100226/100224235444-eb227cccbd0d3f042cb1bdecef83e3fb (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.