Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2015 FBO #4795
SOURCES SOUGHT

Y -- CA BLM 5910(1), Kaweah Bridge

Notice Date
1/8/2015
 
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-BLM-5910(1)
 
Archive Date
1/30/2015
 
Point of Contact
Craig Holsopple, Phone: 720-963-3350
 
E-Mail Address
craig.holsopple@dot.gov
(craig.holsopple@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 CFLAcquisitions@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 January 15, 2015: (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 $500 thousand, 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 ) pre-fabricated steel bridge and approximately, reinforcing steel, structural concrete, structural excavation, glulam structural timber, glulam structural timber decking, and timber bridge railing. 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 All firms should be certified in the System for Award Management (SAM) located at https://www.sam.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 BLM 5910(1) Kaweah Bridge This project is located within Case Mountain Area of Critical Environmental Concern in Tulare County, California adjacent to Mineral King Road approximately 6.5 miles southeast of Three Rivers. This project consists of the replacement of the existing 50 foot long, one lane Kaweah Bridge over the East Fork Kaweah River and the deck and railing replacement of the adjacent 20 foot long 6 Mile Flume Bridge. The bridges are located on Case Mountain Road within Bureau of Land Management Lands, and provide critical access for fire management activities. The existing Kaweah Bridge is an approximately 50 foot long structure composed of steel railroad flatcar repurposed into a 3 span bridge. The bridge site is located on Case Mountain Road approximately 1000 feet from the intersection of Mineral King Road. The proposed replacement bridge is a 55-foot by 12-foot prefabricated steel bridge with glue laminated (glulam) deck panels, timber running planks, and steel thrie-beam rail. The contractor will be required to provide a fully engineered, simple span, single-lane, portable modular steel girder bridge. Steel fabrication will need to be completed by an AISC certified fabricator. The bridge will be founded on concrete spread footings to be placed behind the existing concrete piers and between the existing stone masonry wingwalls. Great care will need to be exercised during construction to avoid damage to the stone masonry wingwalls and to minimize required removal of the existing concrete piers. The existing 6 Mile Flume Bridge is an approximately 20-foot long by 13.5-foot wide structure composed of steel wide flange girders supporting a timber deck. The proposed work will consist of removal and replacement of the existing timber decking, running planks, curbing and steel rail with glulam timber deck panels, glulam timber running planks, and timber rail. Both bridges will be closed to all traffic during construction. With the completion of the new bridges, both bridges which are currently load posted to 10 tons, will be brought up to current live load standards. The Kaweah Bridge will require a 55-foot long pre-fabricated steel bridge and approximately 800 LB of reinforcing steel, 9 CUYD of structural concrete, and 45 CUYD of structural excavation. The 6 Mile Flume Bridge will require approximately 0.4 MFBM of glulam structural timber, 25 SQYD of glulam structural timber decking, and 32 LNFT of timber bridge railing. This project is located within a sensitive location on BLM lands with site access provided by the narrow and winding Mineral King Road and the bridge provides critical access for fire management activities. All construction debris will need to be contained and kept out of the East Fork Kaweah River and 6 Mile Flume. Great attention to detail will be required in achieving customer satisfaction in areas of bridge construction, timely completion of work, and minimization of impacts to natural resources. It is anticipated that this project will be advertised in February 2015 with construction occurring from April through August, 2015. The contracting range for this project is between $250 thousand and $500 thousand.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/CA-BLM-5910(1) /listing.html)
 
Place of Performance
Address: Tulare County, California, 93271, United States
Zip Code: 93271
 
Record
SN03611429-W 20150110/150108234639-8d93b2a6ee77c428e82408c53c3da223 (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.