SOURCES SOUGHT
Y -- TX FWS ANAH 10(2), Anahuac NWR Various Routes
- Notice Date
- 1/6/2011
- 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
- TX-FWS-ANAH-10(2)
- Archive Date
- 1/28/2011
- Point of Contact
- Craig Holsopple, Phone: 720-963-3350
- E-Mail Address
-
craig.holsopple@fhwa.dot.gov
(craig.holsopple@fhwa.dot.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 January 13, 2011: (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 $6.0 million, and your firm's aggregate bonding capacity; and (4) Provide a list of similar value road construction projects involving construction (as the prime contractor) of retaining walls using helical anchoring systems that have been integrated into roadway and bridge construction, bridge removal and construction, superpave, precast prestressed concrete piles, and wetland mitigation. 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 Certification 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: TX FWS ANAH 10(2), Anahuac NWR Various Routes This project is located within the Anahuac National Wildlife Refuge (ANWR) near Anahuac, Texas. The project crosses areas that are relatively flat and along the coastline. This 7.05 mile project consists of removing and constructing two bridges, and the reconstruction of several public roads within the ANWR. This project will be constructed in highly sensitive environmental and coastal areas, and will include the construction of a sizeable wetland mitigation site. Some of the retaining walls, in immediate proximity of wetlands, will involve complex helical anchoring systems that will be integrated into the roadway and bridge construction. This project will require approximately 7,600 cubic yards of earthwork, 28,500 tons of aggregate base (statistically evaluated), 12,000 tons of superpave (statistically evaluated), 2,400 square yards of reinforced rigid pavement, 990 lineal feet of precast prestressed concrete piles, 450 feet of precast prestressed concrete slabs, and 3,000 square yards of vinyl sheet piles (or other mechanically stabilized wall system). In addition to the main roadway items there will be drainage, signs, wetland mitigation, boat ramp, and temporary and permanent erosion control devices. This project consists of one contract schedule and 3 options. Schedule A consists of a bridge replacement and 4.05 miles of the roadway work. Option X consists of a bridge replacement and 0.21 miles of the roadway work. Option Y consists of 1.84 miles of roadway work. Option Z consists of 0.95 miles of roadway work. It is anticipated that this project will be advertised in mid February 2011 with construction beginning in Spring and extend through Fall, 2011. Estimated cost for the base schedule and all options is $4.0 to $6.0 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/TX-FWS-ANAH-10(2)/listing.html)
- Place of Performance
- Address: Anahuac National Wildlife Refuge, Anahuac, Texas, 77514, United States
- Zip Code: 77514
- Zip Code: 77514
- Record
- SN02355725-W 20110108/110106234352-2ff3de43b6e49a4b6d86a88aea8175d5 (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 |