SOURCES SOUGHT
Y -- MATOC: Expedited Surfacing and Resurfacing for AZ, CO, NM, UT, and WY
- Notice Date
- 1/30/2013
- 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
- DTFH68-13-B-00002
- Point of Contact
- Jeremiah Rogers, Phone: 7209633090, Jason J Longshore, 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 NOTICE IS BEINGISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are Small Businesses: HUBZone Small Businesses, Women Owned Small Businesses, or Service Disabled Veteran Owned Small Businesses. In order to determine if there will be a set-aside, interested small businesses of the above types MUST SUBMIT THE FOLLOWING by email to: CFLContracts@dot.gov or by telefax to 720-963-3360 (Attn: Jeremiah Rogers) for receipt by close of business (4 p.m. MST) on Wednesday, February 6, 2013: (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 Woman Owned small business concern or a Service Disabled Veteran Owned Small Business Concern, you must provide proof of eligibility (DD form 214 or letter adjudication from the Veterans Administration). This information must be provided in order to determine eligibility - DO NOT SEND COPIES OF YOUR CCR or SAMS PROFILE; (3) Letter from bonding agent stating bonding capability, to include single and aggregate totals; and (4) A listing of experience in work similar in type and scope of this proposed synopsis. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone, 8(a), woman owned, or service disabled veteran-owned small business concerns. Failure to submit all information requested will result in a contractor being considered not interested in this solicitation. A decision on whether this will be pursued as a HUBZone, 8(a), woman owned, or service disabled veteran-owned small business set-aside or on an unrestricted basis will be made following the due date and posted as an amendment to this sources sought on the Federal Business Opportunity website at www.fbo.gov. 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/ PROJECT DETAILS: CFL anticipates awarding 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 Arizona, Colorado, New Mexico, Utah, and Wyoming. The scope of work for task orders may include, but are not limited to, the following construction services (intended to be used for typical Pavement Preservation 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 Arizona, Colorado, New Mexico, Utah, and Wyoming. These projects have been a part of the National Park Services' Intermountain Region (IMR) 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 at least $7,500,000.00 per task order with a yearly capacity of at least $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. Each 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 February 20, 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-13-B-00002/listing.html)
- Place of Performance
- Address: Arizona, Colorado, New Mexico, Utah, Wyoming, Lakewood, Colorado, 80228, United States
- Zip Code: 80228
- Zip Code: 80228
- Record
- SN02975959-W 20130201/130130234511-4f23912721f0ccd570d95c1511981460 (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 |