SOURCES SOUGHT
Y -- CA PFH 149-1(4) & 150-1(1), Trinity County 3R
- Notice Date
- 8/28/2012
- 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
- CA-PFH-149-1(4)-150-1(1)
- Archive Date
- 9/20/2012
- 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 PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman owned small business concerns, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs 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 (2 p.m. local Denver time) on September 5, 2012: (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 $15 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value in which you performed ( as the prime contractor ) pulverizing, roadway aggregate, roadway excavation, and HACP Hveem test. 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: CA PFH 149-1(4) & 150-1(1), Trinity County 3R The project consists of two schedules and one option in Trinity County, California Schedule A is an 8.14 mile road construction project on Ruth Road with an Option of 0.15 mile of intersection improvements. Schedule B includes the work of Schedule A with an additional 8.44 mile road construction project on Mad River Road. The projects are located approximately 20 miles south of Mad River, CA. The project work includes drainage improvements, pulverization, HACP, and temporary traffic control. The major items of work include: Schedule A 30306 Pulverizing - 125,400 SQYD 30802 Roadway Aggregate - 19,800 TON 40201 HACP Hveem test - 20,600 TON Schedule B 30306 Pulverizing - 257,900 SQYD 30802 Roadway Aggregate - 38,430 TON 40201 HACP Hveem test - 42,100 TON Option X 20401 Roadway Excavation - 1,850 CUYD 30802 Roadway Aggregate - 860 TON 40201 HACP Hveem test - 400 TON It is anticipated that this project will be advertised in October of 2012. The contracting range for this project is between $10 million and $15 million. Construction is expected to occur from April to November, 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-PFH-149-1(4)-150-1(1)/listing.html)
- Place of Performance
- Address: Trinity National Forest, California, 96041, United States
- Zip Code: 96041
- Zip Code: 96041
- Record
- SN02859379-W 20120830/120829001516-6ece38e672fc05687cee2362cfc2785f (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 |