Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOURCES SOUGHT

Y -- AZ FLAP 234(3), Lake Mary Road

Notice Date
12/15/2016
 
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
AZ-FLAP-234(3)
 
Archive Date
1/6/2017
 
Point of Contact
Craig Holsopple,
 
E-Mail Address
craig.holsopple@dot.gov
(craig.holsopple@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR BID - PLANS AND SPECIFICATIONS ARE NOT AVAILABLE. 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 CFLAcquisitions@dot.gov or by telefax to 720-963-3360 (Attn: Craig Holsopple) for receipt by close of business (2 p.m. local Denver time) on December 22, 2016: (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 $12 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value and scope to the Lake Mary Road project in which you performed ( as the prime contractor ) shoulder widening, pulverizing of pavement, new pavement and 4R work. 4R work experience should include bridge deck removal and replacing with a widened bridge deck on existing substructure. Experience should also include new guardrail approaches, final signing and striping, culvert pipe extensions with the shoulder widening, and box culvert replacement. 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 All firms should be certified in the System for Award Management (SAM) located at https://www.sam.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: AZ FLAP 234(3), Lake Mary Road The project includes 4R improvement of portions of Forest Highway 3, also known as Lake Mary Road in Coconino County Arizona. The project is also within the Coconino National Forest. The project consists of minor shoulder widening, pulverizing of pavement, new pavement 4R work includes removal of Willow Creek Bridge deck and replacing with a widened bridge deck on existing substructure. The project includes new guardrail approaches, final signing and striping. There are minor culvert pipe extensions with the shoulder widening and one large box culvert replacement. SIGNIFICANT QUANTITIES: Schedule A - Total of 15,000 CY of Embankment, 139,000 SY of Full Depth Reclamation, Method 2, 8 inch depth, 145,000 SY of Prime Coat Method 1, 102,000 LB of Reinforcing Steel, 33,000 LB of Reinforcing Steel Epoxy, 102,300 LB of Structural Steel Furnished, Fabricated and Erected, 120,000 LF of Rumble Strip,8,000 CY of Conserved Topsoil,15,000 Tons of Roadway Aggregate Method 2, 30,000 Tons of Asphalt Concrete Pavement, 252 CY of Structural Concrete, 85 LF of Reinforced 12 foot x 9 foot Precast Reinforced Box Culvert,201 LF of Guardrail System G4 It is anticipated this project will be advertised in January, 2017 with construction starting in March and ending November, 2017. Estimated total cost is $8 to $12 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/AZ-FLAP-234(3)/listing.html)
 
Place of Performance
Address: Coconino County, Arizona, 86004, United States
Zip Code: 86004
 
Record
SN04353124-W 20161217/161215234734-48f5b76e6892d4d2d52e5b5ff693eab9 (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.