Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2012 FBO #3750
SOURCES SOUGHT

Y -- UT PFH 46-1(2), La Sal Mountain Loop Road

Notice Date
2/28/2012
 
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
UT-PFH-46-1(2)
 
Archive Date
3/22/2012
 
Point of Contact
Craig Holsopple, Phone: 7209633350
 
E-Mail Address
craig.holsopple@dot.gov
(craig.holsopple@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman owned small business concerns, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs 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 March 7, 2012: (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 $6.1 million, and your firm's aggregate bonding capacity; and (4) Provide a list of similar value road construction projects including ( as the prime contractor ) heavy resurfacing, restoration, and rehabilitation; excavation; retaining walls; drainage; paving; safety improvements; survey; erosion control; permanent traffic control; and revegetation. 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: UT PFH 46-1(2) La Sal Mountain Loop Road Location: Utah Forest Highway (FH) 46 is located in San Juan and Grand Counties in eastern Utah. The route is also designated as County Route 1704 (CR-1704) and is also known as the La Sal Mountain Loop Road. The route begins at the junction with US-191, approximately 6 miles south of Moab, UT, and proceeds east and north 36.4 miles to the junction with SR-128 in Castle Valley, UT. The four segments are located at mileposts 2 to 5.3, 12.6 to 13.3, 21.1 to 23.1, and 25.8 to 27.3. The combined length for the four segments is approximately 7.5 miles. The project consists of one schedule and two options. Significant items and quantities: Project will involve heavy resurfacing, restoration, and rehabilitation (3R) of two segments (mp 12.6 to 13.3 and 21.1 to 23.1) and typical 3R work in the two other segments. Work will include excavation, retaining walls, drainage, paving, safety improvements, survey, erosion control, permanent and temporary traffic control, and revegetation. Major approximate quantities include: •- 14,000 cuyd of Excavation •- 6,900 sqft of Mechanically Stabilized Earth Wall •- 40,000 feet of pulverizing •- 16,500 tons of HACP Pavement •- 1,350 linear feet of Culverts •- 45 linear feet of Precast 8'x5' Concrete Box Culvert •- 2,990 linear feet of underdrain system •- 2,900 linear feet of curb and gutter •- 550 linear feet of guardrail Full closures allowed for construction of Miner's Basin and Mill Creek segments. Other work will occur under short term closures with one lane closures/30 minute delays. It is anticipated that this project will be advertised in early April, 2012 with construction beginning in June and extending through November, 2012. A+B bidding by the ½ season is anticipated (still under review). Estimated cost for the base schedule and two options are $3 to $6.1 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/UT-PFH-46-1(2)/listing.html)
 
Place of Performance
Address: Manti - La Sal National Forest, Moab, Utah, 84532, United States
Zip Code: 84532
 
Record
SN02684519-W 20120301/120228234636-51ec075bc709066a4b66cf09c272ee2f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.