Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

Y -- 17-Mile Road

Notice Date
5/4/2012
 
Notice Type
Presolicitation
 
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-00012
 
Point of Contact
Jeremiah Rogers, Phone: 7209633090, Aaron L. Sanford, Phone: 7209633090
 
E-Mail Address
cflcontracts@dot.gov, cflcontracts@dot.gov
(cflcontracts@dot.gov, cflcontracts@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS PROCUREMENT IS ADVERTISED ON AN UNRESTRICTED BASIS (FULL AND OPEN COMPETITION). The CFL anticipates awarding one Task Order based contract for this requirement. Because of the collaborative approach to constructing this project, the Central Federal Lands Highway Division intends to utilize a Single Award Task Order Contract (SATOC) for the contractor services portion of the work. It is the intent of the Government to award Task Order #1 with the contract, and follow up subsequent task orders over the life of the SATOC. With funding from the Transportation Income Generating Economic Recovery Program (TIGER) program and the Wyoming State Transportation Program (STP), The Eastern Shoshone and Northern Arapahoe Tribes are funded to construct the Wind River 17 Mile Road, West Section project, also known as Fremont County Road #334, outside the city of Riverton, Wyoming. The project will include improvements to the substandard horizontal roadway segment including horizontal curve realignment, grading, drainage culvert structures, and irrigation facility relocation and other incidental road reconstruction work. Tribal forces will be utilized to provide clearing and grubbing, excavation, roadway subgrade and aggregate base while contractor services will be utilized to provide asphalt paving and incidental road reconstruction finishing work. The government anticipates individual task orders up to a maximum of $5,000,000. Potential contractors will be required to demonstrate bonding capacity of up to $5,000,000 per task order with an aggregate capacity of up to $12,000,000. 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. The first Task Order Request for Proposals (TO-RFP) will be issued simultaneously with the SATOC Request for Proposal. Contractors will be required to submit a proposal for the first task order as well as the base SATOC RFP. The proposal for the first task order will be used to evaluate price for the best value SATOC RFP. The contract will consist of one base year and options to extend the contract for four additional one-year periods. The scope of work for task orders may include, but are not limited to, the following construction services: mobilization, contractor sampling and testing, asphalt paving, drainage improvements, irrigation system construction, guardrail installation, signing, pavement markings, and traffic control. This is a best-value negotiated type procurement and evaluation factors for award will be fully stated in the RFP which will be available as noted below. The Government will award a SATOC resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government in terms of, price, technical, and other factors considered. Tentative advertisement date is on or about May 19, 2012. FIRST TASK ORDER DETAILS: The first task order will be used to determine pricing and will be awarded simultaneously with the base SATOC contract. Task Order Details: This individual task order will provide the installation of a buried high pressure irrigation system, an open trench irrigation system, temporary traffic control operations, and the development and sequential updates to a project construction schedule. The high pressure irrigation system includes approximately 1,300 meter of buried 900 mm PWP, 3,000 meter of 675mm PWP, the installation of approximately 20 diversion/riser boxes, and manhole cleanouts. The open trench irrigation system includes trench excavation for approximately 500 meter. Construction on the initial task order is expected to occur from mid July to October 31, 2012 for the first task order. PLEASE NOTE: The Request for Proposals will be available for download on or about May 19, 2012, from the Federal Business Opportunities (FBO) website at www.fedbizopps.gov. The RFP including plans WILL BE AVAILABLE FOR DOWNLOAD IN ADOBE (.pdf) FORMAT ONLY ON CFLHD's WEBSITE at http://www.cflhd.gov/procurement/construction/advertised-projects.cfm under the Project Name. In order to view the plans, interested vendors must register through the CFL website. Other information regarding this solicitation is also available at the above website. If you have problems accessing information on the website, please email CFLContracts@dot.gov. Technical questions specific to the project will only be addressed by FHWA via written correspondence to e-mail address CFLContracts@dot.gov or FAX to (720) 963-3360.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-12-R-00012/listing.html)
 
Place of Performance
Address: Riverton, Wyoming (17-Mile Road), Riverton, Wyoming, 82501, United States
Zip Code: 82501
 
Record
SN02739749-W 20120506/120504235410-77e71de3e366f325cefcabb25524e4fc (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.