SOURCES SOUGHT
Y -- MT PR/NPS GLAC-PRES-1(10), Glacier National Park
- Notice Date
- 2/12/2010
- 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
- MT-PRA-NPS-GLAC-PRES-1(10)
- Archive Date
- 3/9/2010
- Point of Contact
- Craig Holsopple, Phone: 7209633350
- E-Mail Address
-
craig.holsopple@fhwa.dot.gov
(craig.holsopple@fhwa.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 TOTAL HUBZONE, OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES TO SET THIS PROJECT ASIDE. (Details Below). Prime Contractors who are HUBZone small businesses, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation 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 February 22, 2010: (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 $8.0 million, and your firm’s aggregate bonding capacity; and (4) Provide a list of road construction projects involving chip seal, micro-surfacing and pavement patching. 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: This project provides pavement preservation of the paved surfaces in all areas of Glacier National Park except for the Going to the Sun Road Area. Glacier National Park is located in Flathead and Glacier Counties of Montana in the northwest portion of the State. The northern boundary of the Park is adjacent to the Canadian Provinces of British Columbia and Alberta. The Project is broken into three Schedules for flexibility. Schedule A includes the Apgar and Camas Road Areas, the Two Medicine Area, the Many Glaciers Area and other minor areas near Walton and St. Mary. Schedule A includes approximately 875,000 square yards of chip seal, 225,000 square yards of micro-surfacing and 7,100 square yards of pavement patching. This patching will be at locations designated by the Project Engineer. Option X includes the work at the Many Glaciers Area. The work includes 10,500 square yards of chip seals, 10,600 square yards of micro-surfacing and 25 square yards of pavement patching. Concrete curbs, sidewalks and parking areas will be included at this location. Option Y covers the work along Chief Mountain Road. It includes 275,000 square yards of chip seal, 8,000 square yards of micro-surfacing and 3,100 square yards of pavement patching. This Option is used to provide bidding flexibility. The preservation treatments being use are chip seals and modified slurry seals. Other construction applications used on a lesser scale are pavement patching, crack sealing, pavement markings and concrete work. It is anticipated that this project will be advertised in April with construction occurring from June to September, 2010. Estimated cost $5.0 to $8.0 million Note: Materials obtained from within the boundaries of the Blackfeet Reservation are subject to Blackfeet Tribes’ political jurisdiction. There is a Tribal Employment Rights Ordinance (TERO) which requires all employers subject to the Tribe’s jurisdiction to give preference in employment, training, and subcontracting to Indians and Indian-owned businesses and pay certain fees. Additional information will be provided in the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/MT-PRA-NPS-GLAC-PRES-1(10)/listing.html)
- Place of Performance
- Address: Glacier National Park, West Glacier, Montana, 59936, United States
- Zip Code: 59936
- Zip Code: 59936
- Record
- SN02065089-W 20100214/100212235141-5a6dc55431c941e6b5f35e95fa35c6e8 (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 |