Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SOURCES SOUGHT

Y -- CO PRA ROMO 12(2), Bear Lake Road

Notice Date
7/8/2011
 
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
CO-PRA-ROMO-12(2)
 
Archive Date
7/30/2011
 
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 July 15, 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 $25.0 million, and your firm's aggregate bonding capacity; and (4) Provide a list of similar value road construction projects performed in high altitude, environmentally sensitive areas involving construction (as the prime contractor) of major grading, rock blasting, drainage, aggregate base, superpave hot asphalt concrete pavement, concrete retaining walls, rockery construction, bridge rehabilitation, turf establishment, and partial width traffic 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: CO PRA ROMO-12(2), Bear Lake Road This project is located in Rocky Mountain National Park on Route 12 (Bear Lake Road). The project crosses rolling and mountainous terrain in the eastern Rocky Mountain Range with elevations ranging up to 8600 ft. This project consists of the reconstruction and new construction of approximately 5 miles of Route 12, a two lane highway, beginning at the southern terminus of the previous reconstruction completed in 2004 and ending at the intersection with Highway 36 (Beaver Meadows Road). This project will include major grading, drainage, aggregate base, superpave hot asphalt concrete pavement, concrete retaining walls, rockery construction, bridge rehabilitation, rock blasting, turf establishment, and partial width traffic control. This project will require approximately 77,000 cubic yards of earthwork; 30,000 tons of aggregate base; 23,700 tons of superpave hot asphalt concrete pavement; 33,000 square feet of concrete retaining walls; 12,800 square feet of rockeries; 3,500 feet of pipe and box culvert installation, and bridge rehabilitation. The project consists of three schedules and one option package. The work will be performed in high altitude, environmentally sensitive areas of Rocky Mountain National Park. The route is open all year with a seasonal average daily traffic count of approximately 4000 vehicles. Great attention to detail will be required to achieve customer satisfaction in areas of creative landscaping, topsoil management, rock blasting, traffic control and timely completion of work. It is anticipated that this project will be advertised in late August, 2011 with construction beginning in November, 2011 and extending through September, 2013. Estimated cost for the base schedule and option is $15.0 to $25.0 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CO-PRA-ROMO-12(2)/listing.html)
 
Place of Performance
Address: Rocky Mountain National Park, Estes Park, Colorado, 80517-8397, United States
Zip Code: 80517-8397
 
Record
SN02493063-W 20110710/110708234502-ccc96e4098aceb83efb9464fb8e134e1 (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.