Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2012 FBO #3956
SOURCES SOUGHT

Y -- WY PFH 26-1(3), Sage Creek Road

Notice Date
9/21/2012
 
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
WY-PFH-26-1(3)
 
Archive Date
10/13/2012
 
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 (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 $20 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 ) roadway excavation, aggregate surfacing, concrete headwalls, pipe culvert, rip rap, placing of conserved topsoil, soil erosion control, and gabions. 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: WY PFH 26-1(3), SAGE CREEK ROAD WY PFH 26-1(3) Sage Creek Road ( State Highway 71, County Road 401, Forest Highway 26) begins in Rawlins Wyoming and proceeds south for approximately 53.4 miles to the intersection of Wyoming State Highway 70. This project begins approximately 26 miles south of Rawlins, Wyoming and terminates at Wyoming State Highway 70. Portions of the project are located in elevations reaching 8100 feet, anticipated construction season of 6-7 months. The work associated with this project consists of excavation and embankment, grading, drainage, aggregate surfacing and incidental roadway improvements primarily along the existing alignment. There are two schedules and one option associated with this project. Schedule A begins 44.5 miles south of Rawlins and ends 53.1 miles south of Rawlins (approximately at State Highway 70). Principal work items for Schedule A include: 34,000 CY of roadway excavation, 20,500 sf of gabions, 57,500 tons of aggregate surfacing, 6 concrete headwalls, 1700 feet of 18 inch to 48 inch culvert, 50 feet of 108 inch culvert, 70 feet of 102 inch elliptical culvert, 2600 CY of riprap, clearing and grubbing, placing of conserved topsoil, soil erosion control, seeding and mulching, fencing and survey and staking. Schedule B begins 38.2 miles south of Rawlins and ends 53.1 miles south of Rawlins (approximately at State Highway 70). Principal work items for Schedule B include: 103,000 CY of roadway excavation, 20,500 sf of gabions, 99,500 tons of aggregate surfacing, 10 concrete headwalls, 3000 feet of 18 inch to 48 inch culvert, 50 feet of 108 inch culvert, 70 feet of 102 inch elliptical culvert, 150 feet of 90 inch culvert, 4,075 CY of riprap, clearing and grubbing, placing of conserved topsoil, soil erosion control, seeding and mulching, fencing and survey and staking. Option X begins 26 miles south of Rawlins and ends 38.253.1 miles south of Rawlins. Principal work items for option X include: 206,000 CY of roadway excavation, 81,000 tons of aggregate surfacing, 8 concrete headwalls, 1300 feet of 18 inch to 48 inch culvert, 80 feet of 90 inch culvert, 3500 CY of riprap, clearing and grubbing, placing of conserved topsoil, soil erosion control, seeding and mulching, fencing and survey and staking. It is anticipated that this project will be advertised mid October, 2012 with construction to begin in April, 2013 and end in November, 2013. The contracting range for this project is between $15 million and $20 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/WY-PFH-26-1(3)/listing.html)
 
Place of Performance
Address: Medicine Bow National Forest, Wyoming, 82301, United States
Zip Code: 82301
 
Record
SN02894212-W 20120923/120922001725-509e0c43da26fd8357388c49254ad0f0 (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.