Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2012 FBO #3729
MODIFICATION

Y -- Expedited Gravel Surfacing MATOC

Notice Date
2/7/2012
 
Notice Type
Modification/Amendment
 
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-00002
 
Archive Date
2/28/2012
 
Point of Contact
Aaron L. Sanford, Phone: 7209633090, Jeremiah B. Rogers, Phone: 7209633090
 
E-Mail Address
cflcontracts@dot.gov, cflcontracts@dot.gov
(cflcontracts@dot.gov, cflcontracts@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Central Federal Lands Highway Division (CFLHD) of the Federal Highway Administration is contemplating a solicitation for two or more Multiple Award Task Order Contracts (MATOC) for construction services. CFL has a need for a rapid response road construction and repair contracting tool for repetitive 1R, 2R and 3R work on gravel roads in the Midwest and Inter-Mountain Regions. This work will be funded primarily through the Air Force Space Command OMAD program which involves roads owned and operated by local counties for the benefit of the United States Air Force Space Command. Projects may also include, but are not limited to, Federal Lands Highway Program (FLHP) projects, which includes five core areas; the Refuge Road Program; the Park Roads and Parkways Program; the Indian Reservations Roads and Bridges Programs; the Forest Highways Program; and the Public Lands Highways Discretionary Program. Projects primarily include improvements to low-volume and low-speed roadways. Projects may be located in environmentally sensitive areas that necessitate context-sensitive construction techniques and processes. The geographic area includes North Dakota, South Dakota, Wyoming, Colorado, Nebraska and Kansas. THIS IS NOT A REQUEST FOR PROPOSAL -SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED TOTAL HUBZONE, 8a OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES TO SET THIS PROJECT ASIDE (PROJECT DESCRIPTION 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 proposal for this solicitation MUST submit the following by e-mail to CFLContracts@dot.gov or by telefax to 720-963-3360 (Attn: Aaron Sanford) for receipt by close of business (4 p.m. local Denver time) on February 8, 2012: (1) A positive statement of your intention to submit a proposal 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) A list of roadway construction projects involving mobilization, contractor sampling and testing, production and placement of aggregate, roadway pulverization, roadway excavation, embankment construction, drainage, placement of aggregate surface course, slope stabilization (MSE wall, gabions, etc.) minor asphalt surfacing and minor structural work. These projects should demonstrate your firm's ability to quickly mobilize and provide quality work in any of the states listed in this notice. State whether your firm was the prime contractor or subcontractor on each project listed. (4) Firms must be registered and licensed within one or more states listed in this notice. Please provide proof of this registration. (5) Firms must demonstrate capacity to bond individual projects up to $10 million with an aggregate bonding capacity in excess of $20 million. (6) The NAICS code for this procurement is 237310. Registration under this NAICS code is required. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-12-R-00002/listing.html)
 
Place of Performance
Address: North Dakota, South Dakota, Wyoming, Colorado, Nebraska and Kansas, 82001, United States
Zip Code: 82001
 
Record
SN02668903-W 20120209/120207234516-c4dc9fdd5be5e4d8aefff7bc77922888 (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.