SOURCES SOUGHT
Y -- CA FLAP SR 36(13) WOUS Creation/Mitigation - Figures 1, 2, and 3
- Notice Date
- 12/17/2015
- 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
- DTFH6816I00002
- Archive Date
- 1/22/2016
- Point of Contact
- Joe Wilson, Phone: 7209633500
- E-Mail Address
-
CFLCONTRACTS@DOT.GOV
(CFLCONTRACTS@DOT.GOV)
- Small Business Set-Aside
- N/A
- Description
- Figures 1, 2, and 3 from Notice PROJECT NUMBER: PROJECT NAME: CA FLAP SR 36(13) California State Route 36 Improvement Project THIS NOTICE IS NOT A SOLICITATION, PLANS AND SPECIFICATIONS ARE NOT AVAILABLE. It serves only as the market research for procurement of creation and/or restoration of Waters of the United States (WOUS) and riparian features within the Lower Eel River Watershed (Hydrologic Unit Code 8 18010105), see Figure 1 for the watershed location. 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@dot.gov or by telefax to 720-963-3360 (Attn: Joe Wilson) for receipt by close of business (2 p.m. local Denver time) on January 7, 2016: (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 SAM PROFILE; (3) List of past history/examples showing you have completed the below described work. State whether your firm was the prime contract or subcontractor on the project. DO NOT SEND INFORMATION ON PROJECTS THAT DO NOT INCLUDE THE BELOW 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/ PROJECT DESCRIPTION: The Federal Highway Administration-Central Federal Lands Highway Division (CFLHD), in cooperation with the California Department of Transportation (Caltrans), will be making roadway improvements to California State Route 36 (SR 36) from HUM Milepost (MP) 36.1 to HUM MP 40.5 in Humboldt County. California. The project is located in northern California in the vicinity of the communities of Bridgeville and Dinsmore. As a part of the roadway improvements, CFLHD will be procuring WOUS creation and/or restoration to mitigate impacts to existing features by the project. The required features to be created and/or restored are: • Freshwater wetlands and other WOUS as defined by the 1987 Corps of Engineers [USACE] Wetland Delineation Manual and the Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Western Mountains, Valleys, and Coastal Region (Version 2.0) • Riparian areas as defined by the State Water Resources Control Board, Porter-Cologne Water Quality Control Act. As a part of the procurement, the selected offeror, or an agent of the offeror will: • Prepare a WOUS and riparian creation and/or restoration plan for review and approval by the CFLHD, USACE, and California State Regional Water Quality Control Board (RWQCB); • Complete National Environmental Policy Act and California Environmental Quality Act compliance; • Secure federally, state, and locally required permits before construction; • Perform all construction work required (erosion control measures, grading, and planting of the features, etc); • Maintain the features until they are successfully established as determined by the CFLHD, USACE and RWQCB; • Place the WOUS and riparian features in a conservation easement or otherwise legally protect them from development for perpetuity as required by the USACE and RWQCB. The property is not to be conveyed to the United States Government. The United States Government will not assist in conveying the land to other governmental agencies. The amount of WOUS and riparian features to be created and/or restored is dependent on the location of the potential site in relation to the CFLHD roadway project. Figures 2 and 3 show the location of mitigation ratios required. Required mitigation amounts Ratio Area 1.5:1 2:1 2.5:1 3:1 3.5:1 4:1 Wetland Areas (acres) - 1.4 1.75 2.1 2.45 2.8 Intermittent Channels (linear feet) 2,178 2,904 - 4,356 - 5,808 Riparian Areas(acres) 0.54 0.72 - 1.08 - 1.44
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH6816I00002/listing.html)
- Place of Performance
- Address: In the vicinity of Bridgeville and Dinsmore, CA, California, 95526, United States
- Zip Code: 95526
- Zip Code: 95526
- Record
- SN03972048-W 20151219/151217234614-34095d91fae7ef60d8e329910dbd545d (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 |