Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
SOURCES SOUGHT

Y -- HI A-AD 6(6), Saddle Road, West Side

Notice Date
5/4/2011
 
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
HI-A-AD-6(6)
 
Archive Date
5/26/2011
 
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 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 May 11, 2011: (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 $40.0 million, and your firm's aggregate bonding capacity; and (4) Provide a list of similar value road construction projects including roadway excavation, embankment, grading, drainage, and erosion control. 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 : HI A-AD 6(6) Saddle Road - West Side, Defense Access Road The work will be located on the Island of Hawaii along a new alignment for Saddle Road (State Route 200) between Mamalahoa Highway (State Route 190) and Milepost 41 of existing Saddle Road. The project is 10 miles in length beginning near Mile Post 14 along the Mamalahoa Highway (south of Waikoloa Road) and terminating just west of milepost 41.5 of existing Saddle Road. The project consists of a two (2) contract schedules and one (1) option which include grading ( anticipated excavation materials include volcanic ash, a'a and pahoehoe lava), drainage, and erosion control construction activities. Schedule A (Approximately 3.9 miles in length) - Significant items include (approximate quantities subject to change): 540,000 CY of roadway excavation; 87 acres of clearing and grubbing; 75,000 CY of foundation preparation in ash; 425,000 CY of embankment construction; 20 acres of hydraulic mulching; 23,000 LF of silt fence; 35,000 MGAL of watering for dust control and earthwork; 108 LF of 36 inch culvert pipe; 240 LF of 48 inch culvert pipe; 210 LF of 60 inch culvert pipe; 3,500 CY of rip rap; 15,000 GAL of dust palliative; 63,000 SY of rolled erosion control product, Type 3.B; and 29,000 CY of placing conserved topsoil. Schedule B (Approximately 6.0 miles in length, including Schedule A) - Significant items include (approximate quantities subject to change): 900,000 CY of roadway excavation; 142 acres of clearing and grubbing; 80,000 CY of foundation preparation in ash; 760,000 CY of embankment construction; 20 acres of hydraulic mulching; 40,000 LF of silt fence; 55,000 MGAL of watering for dust control and earthwork; 460 LF of 36 inch culvert pipe; 200 LF of 42 inch culvert pipe; 240 LF of 48 inch culvert pipe; 210 LF of 60 inch culvert pipe; 8,000 CY of rip rap; 15,000 GAL of dust palliative; 125,000 SY of rolled erosion control product, Type 3.B; and 29,000 CY of placing conserved topsoil. Option X (Approximately 3.6 miles in length) - Significant items include (approximate quantities subject to change): 510,000 CY of roadway excavation; 60 acres of clearing and grubbing; 20,000 CY of foundation preparation in ash; 485,000 CY of embankment construction; 76 acres of hydraulic mulching; 21,000 LF of silt fence; 25,000 MGAL of watering for dust control and earthwork; 26 LF of 24 inch culvert pipe; 100 LF of 42 inch culvert pipe; 110 LF of 48 inch culvert pipe; 3,000 CY of rip rap; and 85,000 SY of rolled erosion control product, Type 3.B. It is anticipated that this project will be advertised in mid May, 2011 with construction beginning in August, 2011 and extending to August, 2012 or August, 2014 dependent upon which bid Schedule/Option is awarded. Estimated cost for the base schedule and all options range from $10 million to $40 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/HI-A-AD-6(6)/listing.html)
 
Place of Performance
Address: Hawaii, 96738, United States
Zip Code: 96738
 
Record
SN02440171-W 20110506/110504235450-d26584b5b0590faad8c2f5ef5eb14403 (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.