SOLICITATION NOTICE
Y -- AK PRA-DENA 10(15), Park Road, Igloo Canyon and Hogan Creek Crossing Culvert Replacement
- Notice Date
- 8/31/2006
- Notice Type
- Solicitation Notice
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA, 98661-3801
- ZIP Code
- 98661-3801
- Solicitation Number
- DTFH70-06-B-00007
- Response Due
- 1/30/2007
- Small Business Set-Aside
- 8a Competitive
- Description
- AK PRA-DENA 10(15), PARK ROAD, IGLOO CANYON and HOGAN CREEK CROSSING CULVERT REPLACEMENT, Denali National Park & Preserve, Denali Borough, Alaska. THIS PROCUREMENT IS LIMITED TO ELIGIBLE 8(a) FIRMS IT HAS BEEN DETERMIND THAT COMPETITION IS LIMITED OR RESTRICTED GEOGRAPHICALLY TO THE SBA ALASKA DISTRICT OFFICE SERVICING AREA. ALL 8(a) CERTIFIED FIRMS SERVICED BY THE ALASKA DISTRICT OFFICE AND ALL 8(a) CERTIFIED FIRMS WITH A BONA-FIDE PLACE OF BUSINESS IN THE ALASKA DISTRICT OFFICE SERVICING AREA ARE DEEMED ELIGIBLE TO SUBMIT OFFERS. IN ADDITION, IT HAS BEEN DETERMINED THAT COMPETITION WILL NOT BE RESTRICTED BY STAGE (TRANSITIONAL OR DEVELOPMENTAL) OF 8(a) PROGRAM PARTICIPATION. Joint Venture Agreements ? Joint Ventures are allowable on competitive 8(a) set-asides. The Joint Venture Agreement (JVA) and all supporting documents [i.e., tax returns, financial statements, narratives, checklists etc.] must be submitted as soon as possible but no less than twenty (20) working days prior to the scheduled date for contract award. Incomplete packages will be returned without action. The Joint Venture Agreement must be approved by SBA prior to award of any resulting contract. Failure to obtain SBA?s approval of the JVA prior to award will result in SBA?s request to the buying activity to terminate the award. If you are contemplating a joint venture on this project, you must advise your assigned Business Opportunity Specialist (BOS), in writing, as soon as possible. PRELIMINARY PLANS and a letter for additional information regarding the plans are in electronic format only and are provided with this synopsis. Clicking on REGISTER TO RECEIVE NOTIFICATION insures notification when solicitation documents are issued. By registering to receive notification, when the Invitation for Bid becomes available, you may then request plans by E-mail to contracts@mail.wfl.fhwa.dot.gov, or by fax to (360) 619-7932, or by accessing FedBizOpps at http://www1.eps.gov/spg/DOT/FHWA/WFL/postdate_1.html. When solicitation documents are issued, the INVITATION FOR BIDS (specifications) AND BIDDERS PACKET will be in electronic format only at the above site. Pending finalization of details to make plans available electronically, plans will only be available in paper format. REQUEST PLANS by E-mail to contracts@mail.wfl.fhwa.dot.gov, or by fax to (360) 619-7932. THIS PROJECT WILL BE BID WITH THREE (3) SCHEDULES: Schedules A, B, and C. Only one (1) Schedule will be awarded. THIS WORK CONSISTS OF subexcavation, riprap slope protection, grading, base, culvert replacement, gabion headwalls, and drainage at 2 sites at 5.5 km and 4.68 km. THE PROJECT INCLUDES ON ALL SCHEDULES: Construction Survey and Staking; Contractor Quality Control & Assurance, Contractor Sampling & Testing; Construction Schedules; erosion control devices; removal of culverts; monuments & markers. SCHEDULE A: 2.8 ha clearing & grubbing; 2,490 m3 roadway excavation; 4,720 m3 subexcavation; 34,200 ton select borrow; 22,800 m2 geotextiles; 9,100 m2 geogrid; 4,800 ton riprap; 360 m3 gabions & revet mattresses; 20,000 ton (2.3m3/t) crushed aggregate; culverts: 430 m 600 mm, 20 m 750 mm; 43 m 1,800 mm; 15 m 3,000 mm; 15 m 4.8 m x 2.4 m aluminum box culvert; 550 m underdrains; 1,200 m2 topsoil; 800 flagger hours; 500 m3 streambed channel realignment; 75 m3 streambed material; and other smaller items of work. SCHEDULE B: 2.5 ha clearing & grubbing; 2,150 m3 roadway excavation; 4,720 m3 subexcavation; 31,700 ton select borrow; 21,300 m2 geotextiles; 9,100 m2 geogrid; 3,080 ton riprap; 280 m3 gabions & revet mattresses; 16,550 ton (2.3m3/t) crushed aggregate; Culverts: 400 m 600 mm, 43 m 1800 mm; 15 m 4.8 m x 2.4 m aluminum box culvert; 550 m underdrains; 805 m2 topsoil; 600 flagger hours; 420 m3 streambed channel realignment; 75 m3 streambed material; and other smaller items of work. SCHEDULE C: 2.5 ha clearing & grubbing; 2,150 m3 roadway excavation; 4,720 m3 subexcavation; 31,500 ton select borrow; 21,300 m2 geotextiles; 9,100 m2 geogrid; 3,080 ton riprap; 230 m3 gabions & revet mattresses; 16,550 ton (2.3m3/t) crushed aggregate; Culverts: 400 m 600 mm, 43 m 1800 mm; 550 m underdrains; 805 m2 topsoil; 400 flagger hours; 350 m3 streambed channel realignment; and other smaller items of work. PROJECT IS LOCATED in Denali National Park & Preserve, Denali Borough, approximately 48 and 72.5 km SW of Healy, Alaska. WORK SHALL BE COMPLETED by September 28, 2007 (Schedule A); September 21, 2007 (Schedule B); September 7, 2007 (Schedule C). Estimated PRICE RANGE is between $1,000,000.00 and $5,000,000.00. Clicking on REGISTER TO RECEIVE NOTIFICATION insures notification when solicitation documents are issued. The INVITATION FOR BID (specifications) and BIDDERS PACKET will be available in electronic format only. Plans will be available in paper format. When the Invitation for Bid becomes available, you may request plans by e-mail at contracts@mail.wfl.fhwa.dot.gov, or by fax (360) 619-7932. The following applies only to Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. The DOT Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOTs Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $750,000 with interest at prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information about the Bonding Assistance Program, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
- Place of Performance
- Address: PROJECT IS LOCATED in Denali National Park & Preserve, Denali Borough, approximately 48 and 72.5 km SW of Healy, Alaska.
- Zip Code: 99501
- Country: UNITED STATES
- Zip Code: 99501
- Record
- SN01131207-W 20060902/060831220639 (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 |