Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOURCES SOUGHT

Y -- AZ PFH 49-1(1) and ERFO 49-1(2), Apache Trail Retaining Walls

Notice Date
5/25/2010
 
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
AZ-PFH-49-1(1)-ERFO-49-1(2)
 
Archive Date
6/17/2010
 
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 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 June 2, 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. 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 $3.5 million, and your firm’s aggregate bonding capacity; and (4) Provide a list of road construction projects with similar value and scope upon which you served as prime contractor involving construction of reinforced concrete retaining wall with stone masonry facing, compaction grouting, stone masonry wall repairs, and reinforced concrete retaining wall. State whether your firm was the prime contractor 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 Tonto National Forest between Apache Junction, AZ and Roosevelt Dam. Apache Trail (SR88/FH49) is a designated scenic byway and historic road that travels some of the most rugged terrain in Arizona. This unpaved road varies from 12 to 22 feet in width. The project consists of 5 separate sites within a 2 mile stretch near Fish Creek Canyon, between Tortilla Flats and Apache Lake. Access to the project sites will be from both the west (Apache Junction/Tortilla Flats) and east (SR88/SR188 intersection). Planning and staging of the work between the 5 sites will be critical to successfully complete the work in the limited timeframe. In addition, this project requires technical expertise in compaction grouting, as well as specialized stone masonry work. A description of each project site and approximate quantities is as follows: Wall 1 work consists of compaction grouting, stone masonry wall repairs, and drainage work. Wall 1 will require approximately 22 cubic yards of cement grout, 190 linear feet of grout piping, 8 square yards of stone masonry repair, 70 square yards of clay ditch liner, 100 linear feet of ditch reconditioning, and 10 cubic yards of grouted riprap. Wall 2 work consists of construction of a 6’ to 18’ high reinforced concrete retaining wall with stone masonry facing and drainage work. Wall 2 will require approximately 2,700 square feet of retaining wall, 300 square yards of stone masonry facing, and 250 linear feet of ditch reconditioning. Wall 3 work consists of compaction grouting, stone masonry wall repairs, and drainage work. Wall 3 will require approximately 100 cubic yards of cement grout, 1000 linear feet of grout piping, 50 square yards of stone masonry repair, and 200 linear feet of ditch reconditioning. Site 1 work consists of construction of an 8’ high reinforced concrete retaining wall, a reinforced soil slope, and selective tree clearing. Wall at Site 1 will require approximately 2,300 square feet of retaining wall. Reinforced soil slope at Site 1 will require 430 square yards of geogrid, 170 cubic yards of excavation, and 170 cubic yards of unclassified borrow. Site 2 work consists of construction of a 10’ to 13’ high reinforced soil slope and drainage work. Site 2 will require approximately 1,500 square yards of geogrid, 450 cubic yards of excavation, 450 cubic yards of unclassified borrow, 40 cubic yards of riprap, and 100 linear feet of ditch reconditioning. In addition to the main roadway work, there will be temporary traffic control, construction surveying, temporary erosion control, and contractor testing. It is anticipated that this project will be advertised in mid July, 2010 with construction occurring from October 2010 to January 2011. Estimated cost $1.5 to $3.5 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/AZ-PFH-49-1(1)-ERFO-49-1(2)/listing.html)
 
Place of Performance
Address: Tonto National forest, Arizona, 85545, United States
Zip Code: 85545
 
Record
SN02160017-W 20100527/100525235523-b84763b788cffb6698382b86416b5a2a (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.