SOLICITATION NOTICE
Y -- IDIQ MATOC: Roadway Surfacing, Resurfacing, and Repair Contracts: Northern California, Washington, Oregon, and Idaho
- Notice Date
- 3/12/2012
- Notice Type
- Presolicitation
- 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-00004
- Point of Contact
- Jeremiah B. Rogers, Phone: 7209633090, Aaron L. Sanford, Phone: 7209633090
- E-Mail Address
-
cflcontracts@dot.gov, cflcontracts@dot.gov
(cflcontracts@dot.gov, cflcontracts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS PROCUREMENT IS ADVERTISED ON AN UNRESTRICTED BASIS (FULL AND OPEN COMPETITION). The CFL anticipates three or more Multiple Award Task Order Contracts (MATOC) for construction services. The CFLHD has a need for a rapid response roadway surfacing, resurfacing, and repair contracting tool for work in Oregon, Idaho, Washington, and Northern California (north of Fresno). The scope of work for task orders may include, but are not limited to, the following construction services (intended to be used for classic Pavement Preservation contract including 3R work in the Northern California/North of Fresno area only, there will NOT be 3R work included in Oregon, Idaho, or Washington under these MATOC contracts ): traffic control (permanent and temporary), contractor sampling and testing, asphalt milling, profile grinding, asphalt paving, thin asphalt overlays, patching, crack & joint sealing for flexible and rigid pavements, chip seals, micro surfacing, slurry seals, ultra-thin bonded wearing course, subexcavation, minor drainage improvements, placement of aggregate, roadway pulverization, grading, and slope stabilization. Projects may be located in environmentally sensitive areas that necessitate context-sensitive construction techniques and processes. The predominant geographic area includes Northern California (North of Fresno), Washington, Oregon, and Idaho. These projects have been a part of the National Park Services' Pacific West Region (PWR) Pavement Preservation program; however other clients may be included in the MATOC offering, including but not limited to the Forest Highway Program, BLM, and Department of Defense. The government anticipates individual task orders ranging from $50,000 to $7,500,000.00. Potential contractors will be required to demonstrate bonding capacity of up to $7,500,000.00 per task order with a yearly capacity of up to $15,000,000. Bonding will only be required for individual task orders. Request for Task Order Proposals will include Davis Bacon wage determinations and specific plans and specs for the project. The first Task Order Request for Proposals (TO-RFP) will be issued simultaneously with the MATOC Request for Proposal. Contractors will be required to submit a proposal for the first task order as well as the base MATOC RFP. The proposal for the first task order will be used to evaluate price for the best value MATOC RFP. Contractor team must be able to demonstrate their ability to mobilize in all of the aforementioned states. Each contract awarded will consist of one base year and options to extend the contract for four additional one-year periods. The contract will have a maximum not-to-exceed five year total of $35 million. Each contract will operate with individually negotiated task orders issued in accordance with the terms of the contract. Task orders will be predominately for construction activities. This is a best-value negotiated type procurement and evaluation factors for award will be fully stated in the RFP which will be available as noted below. The Government may award three or more MATOC contracts resulting from this solicitation to the responsible offerors whose offers conforming to the solicitation will be most advantageous to the Government, price, technical, and other factors considered. Tentative advertisement date is on or about March 26, 2012. Tentative bid opening date is April 25, 2012. FIRST TASK ORDER DETAILS: The first task order will be used to determine pricing. Three or more contractors will be awarded MATOC contracts based off of evaluation of the contractor proposals along with evaluation of price, and the lowest price will be awarded the first Task Order. On subsequent task orders, the three or more contractors will bid on all task orders. Task Order Details: This project provides pavement preservation treatments to the paved surfaces along Wawona Road and Glacier Point Road located in Yosemite National Park. Yosemite National Park is located in Mariposa County, California. The Project is broken into two Schedules to provide flexibility. Schedule A includes placing a 1-inch overlay of Superpave HACP on approximately 25 miles of Wawona Road and placing single layer chip seals and microsurfacing on adjacent roads and parking lots along Wawona Road. Schedule A includes approximately 20,000 tons of Superpave HACP, 23,000 square yards of single layer chip seal, 51,000 square yards of micro-surfacing, and 1,250 square yards of pavement patching. This patching will be at locations designated by the Project Engineer. Schedule B includes all work included in Schedule A with the addition of placing a 1-inch overlay of Superpave HACP on approximately the first 5 miles of Glacier Point Road in Yosemite National Park. The work includes approximately 24,000 tons of Superpave pavement, 23,000 square yards of single chip seal, 56,000 square yards of micro-surfacing, and 1,250 square yards of pavement patching. The preservation treatments being use are chip seals, modified slurry seals and Superpave HACP 1-inch thin overlay. Other construction applications used on a lesser scale are pavement patching, crack sealing and pavement markings. This project uses a combination of funding sources. Included are Federal Lands Highway Program funds and National Park Service cyclic maintenance funds. Advertisement is expected in March of 2012. The contracting range for this project is between $2 million and $10 million. Construction is expected to occur from mid June to October 31, 2012. PLEASE NOTE: The Request for Proposals will be available for download on or about March 26, 2012, from the Federal Business Opportunities (FBO) website at www.fedbizopps.gov. The RFP including plans WILL BE AVAILABLE FOR DOWNLOAD IN ADOBE (.pdf) FORMAT ONLY ON CFLHD's WEBSITE at http://www.cflhd.gov/procurement/construction/advertised-projects.cfm under the Project Name. In order to view the plans, interested vendors must register through the CFL website. Other information regarding this solicitation is also available at the above website. If you have problems accessing information on the website, please email CFLContracts@dot.gov. Technical questions specific to the project will only be addressed by FHWA via written correspondence to e-mail address CFLContracts@dot.gov or FAX to (720) 963-3360.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-12-R-00004/listing.html)
- Place of Performance
- Address: 4-state area including Northern California, Washington, Idaho, and Oregon, Fresno, California, 95389, United States
- Zip Code: 95389
- Zip Code: 95389
- Record
- SN02694503-W 20120314/120312234928-811b2b5aed5894c96be09a79b268d213 (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 |