SOURCES SOUGHT
Y -- REQUEST FOR INFORMATION- Pavement Preservation MATOC - RFI for Pacific West MATOC
- Notice Date
- 1/19/2012
- 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-00004
- Archive Date
- 2/10/2012
- Point of Contact
- Jeremiah B. Rogers, Phone: 7209633717, Aaron L. Sanford, Phone: 7209633090
- E-Mail Address
-
jeremiah.rogers@dot.gov, cflcontracts@dot.gov
(jeremiah.rogers@dot.gov, cflcontracts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Questions about an upcoming Multiple Award Task Order Contract (MATOC) for Pavement Preservation work in the Pacific West. This is a Request for Information. Please read the synopsis below and complete and return the attached questionnaire to cflcontracts@dot.gov. 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 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 contracting tool to use for pavement preservation and pavement maintenance projects (consisting primarily of Chip Seals, Slurry Seals, Microsurfacing and similar pavement preservation work) in the Pacific Northwest area. CFL is contemplating a solicitation to award up to three Multiple Award Task Order Contracts (MATOC) for these construction services. These would be contracts allowing the Government to request pricing from up to 3 pre-determined contractors and then award to the most responsive offer. The contemplated geographic area includes Northern California, Idaho, Washington, and Oregon. These projects are primarily part of the National Park Service's "Pavement Preservation Program," however other clients would be able to utilize these contracts as well. The scope of work for task orders may include, but are not limited to, the following construction services: mobilization, contractor sampling and testing, survey ing, permanent traffic control, asphalt milling, thin asphalt overlays, chip seals, microsurfacing, slurry seals, Ultra-Thin Bonded Wearing Course, minor asphalt paving, subexcavation, minor drainage improvements, production and placement of minor aggregate, roadway pulverization, grading, and slope stabilization. The government anticipates individual task orders ranging from $50,000 to $7,500,000. Potential contractors will be required to demonstrate bonding capacity of up to $7,500,000 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-00004/listing.html)
- Place of Performance
- Address: Northern California, Idaho, Washington, Oregon (Seed project expected to be in the Bay area in summer, 2012), San Francisco, California, 94129, United States
- Zip Code: 94129
- Zip Code: 94129
- Record
- SN02657311-W 20120121/120119234507-670107d84d2db02dbe4b603d31d7f8e5 (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 |