SOURCES SOUGHT
Y -- REQUEST FOR INFORMATION - Expedited Gravel Surfacing MATOC - Market Research Questionnaire
- Notice Date
- 1/18/2012
- 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
- DTFH68-12-R-00002
- Archive Date
- 2/9/2012
- Point of Contact
- Aaron L. Sanford, Phone: 7209633090, Jeremiah B. Rogers, Phone: 7209633090
- E-Mail Address
-
cflcontracts@dot.gov, cflcontracts@dot.gov
(cflcontracts@dot.gov, cflcontracts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Market Research Questions for proposed Multiple Award Task Order Contract. This is a Request for Information. Please read the synopsis below and complete and return the attached questionnaire to cflcontracts@dot.gov or Fax to 720-963-3360. Responses to this Sources Sought Notice will be used to develop the Scope of Work and the geographic extent of the final solicitation and any resulting Mulitpls Award Task Order Contracts(MATOCs). Any information received will remain strictly confidential and will be used only for the purpose of developing the final solicitation. CFL has a need for a rapid response road construction and repair contracting tool for repetitive 1R, 2R and 3R work on gravel roads in the Midwest and Inter-Mountain Regions. CFL is contemplating a solicitation to award up to three Multiple Award Task Order Contracts (MATOC) for these construction services. The contemplated geographic area includes North Dakota, South Dakota, Wyoming, Colorado, Nebraska and Kansas. These projects are primarily part of the Air Force Space Command OMAD program, the Refuge Road Program (RRP),) and to a lesser extent the Emergency Relief for Federally Owned Roads Program (ERFO) and the Forest Highway Program (FH). The scope of task orders may include, but are not limited to construction services including mobilization, contractor sampling and testing, production and placement of aggregate, roadway pulverization, roadway excavation, embankment construction, drainage, placement of aggregate surface course, slope stabilization (MSE wall, gabions, etc.) minor asphalt surfacing and minor structural work. The government anticipates individual task orders ranging from $50,000 to $10,000,000.00. Potential contractors will be required to demonstrate bonding capacity of up to $10,000,000 per task order with a yearly capacity of up to $15,000,000. Bonding will only be required for individual task orders. Request for Task Order Proposals will include Davis Bacon wage determinations and specific plans and specs for the project. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). RFP DOCUMENTS AND PLANS ARE NOT AVAILABLE AT THIS TIME. A tentative date for posting the RFP will be set following the completion of this Market Research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-12-R-00002/listing.html)
- Place of Performance
- Address: North Dakota, South Dakota, Wyoming, Colorado, Nebraska and Kansas, United States
- Record
- SN02656541-W 20120120/120118234817-9c4c9834505031ab668c8ab8ce9bd9c3 (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 |