Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2013 FBO #4115
SOLICITATION NOTICE

Y -- Expedited Surfacing MATOC: AZ, CO, NM, UT, WY

Notice Date
2/27/2013
 
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
DTFH68-13-R-00002
 
Archive Date
4/24/2013
 
Point of Contact
Jeremiah 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 BEING 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 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 classic Pavement Preservation and 3R work): 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 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 11, 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 in thirteen National Parks in New Mexico and one national Park in Arizona. The following Parks are included in this project: Aztec Ruins NM, Carlsbad Caverns NP, Capulin Volcano NM, Chaco Culture NHP, El Malpais NM, El Morro NM, Fort Union NM, Gila Cliff Dwellings NM, Old Santa Fe Trail Building, Pecos NHP, Petroglyph NM, Salinas Pueblo Mission NM, White Sands NM, and Coronado NM (Arizona). The Project is broken into one schedule and three options to provide flexibility. Schedule A includes placing a single layer chip seal and microsurfacing on main roads, adjacent roads and parking lots in all Parks listed above. Schedule A includes approximately 10,200 square yards of hot asphalt concrete pavement ( ½ inch depth), 220,000 square yards of single layer of chip seal, 90,000 square yards of micro-surfacing type 2, 3,150 square yards of pavement patching, and 210,000 linear feet of pavement markings. Option X (White Sands National Park) includes approximately 68,000 square yards of single chip seal, 9,700 square yards of micro-surfacing type 2, 35 square yards of pavement patching, 110,000 linear feet of pavement markings. Option Y (Carlsbad Caverns National Park) includes approximately 110,000 square yards of single chip seal, 53,000 square yards of micro-surfacing type 2, 250 square yards of pavement patching, 180,000 linear feet of pavement markings. Option Z (Coronado National Memorial AZ and Gila Cliff Dwellings National Monument) includes approximately 78,000 square yards of micro-surfacing type 2, 1,200 square yards of pavement patching, 53,000 linear feet of pavement markings. The preservation treatments being use are chip seals, modified slurry seals and hot asphalt concrete pavement ( ½ inch depth). 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 March 11, 2013. The contract range for this project is between $2 million and $10 million. Construction is expected to occur from mid-May to October 31 st, 2013 PLEASE NOTE: The Request for Proposals will be available for download on or about March 11, 2013, 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/DTFH68-13-R-00002/listing.html)
 
Place of Performance
Address: Arizona, Colorado, New Mexico, Utah, Wyoming, Lakewood, Colorado, 80228, United States
Zip Code: 80228
 
Record
SN02997742-W 20130301/130227234948-2b0e0c0b27a0e51af4f4ce5d32a9cafb (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.