SOURCES SOUGHT
Y -- SD FTFW SALA 12(1) WAUB 10(1) MADI 100(1), Various Routes
- Notice Date
- 2/29/2016
- 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
- SD-FTFW-SALA-12(1)-WAUB-10(1)-MADI-100(1)
- Archive Date
- 3/22/2016
- 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 March 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 CCR PROFILE; (3) Letter from bonding agent stating your firm's capability to bond for a single project of $2.5 million, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value and scope to the South Dakota Various Routes project in which you performed ( as the prime contractor ) aggregate surface reconditioning, aggregate base, pulverizing, asphalt concrete pavement, riprap, culvert, and minor concrete. 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: SD FTFW SALA 12(1) WAUB 10(1) MADI 100(1), Various Routes Location: •· Sand Lake National Wildlife Refuge, Auto Tour Route - Route 012 - Columbia, South Dakota •· Waubay National Wildlife Refuge, Entrance Road - Route 010 - Waubay, South Dakota •· Madison Wetland Management District, Scenic Tour Road - Route 100 - Madison, South Dakota County: Brown, Day, and Lake Counties PROJECT DETAILS: This project will consist of resurfacing routes within the Sand Lake National Wildlife Refuge, Waubay National Wildlife Refuge, and Madison Wetland Management District. •· Sand Lake NWR - 8.74 miles of aggregate surface reconditioning and aggregate base placement along Auto Tour Route 012. •· Waubay NWR - 0.40 miles of pulverizing and asphalt pavement along the Headquarters Entrance Road. •· Madison WMD - 1.15 miles of aggregate surface reconditioning, aggregate base placement, and asphalt paving on Scenic Tour Road 100. Type of Construction: Aggregate surface reconditioning, aggregate base, asphalt paving, low water crossings, gate, signing and striping, and minor drainage. This project consists of: •· Sand Lake NWR - 8.74 miles of aggregate surface reconditioning and aggregate base placement along Auto Tour Route 012. 22,000 TON of aggregate surface course, 10 TON of riprap, 100 LNFT of 18-inch culvert, 300 LNFT of erosion control products, 3 ACRES of seeding and mulching Waubay NWR - 0.40 miles of pulverizing and asphalt pavement along the Headquarters Entrance Road. 5,000 SQYD of pulverization, 1,000 TON of asphalt concrete pavement, 200 CUYD of sub excavation, 100 LNFT of 18-inch culvert, 10 CUYD of riprap, 1 ACRE of seeding and mulching Madison WMD - 1.15 miles of aggregate surface reconditioning, aggregate base placement, and asphalt paving on Scenic Tour Road 100. 500 CUYD of roadway excavation, 1.1 MILE of roadway reconditioning, 3,000 TON of aggregate base, 1,400 TON of asphalt concrete pavement, 150 CUYD of sub excavation, 250 SQYD of minor concrete 8-inch depth, 140 SQYD of gabions and revet mattress, 1 ACRE of seeding and mulching, 300 LNFT of erosion control products. It is anticipated this project will be advertised in April 2016 with construction beginning in June 2016 and extending through September 2016. Estimated cost for the schedule is $2,000,000 to $2,500,000.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/SD-FTFW-SALA-12(1)-WAUB-10(1)-MADI-100(1)/listing.html)
- Place of Performance
- Address: Sand Lake National Wildlife Refuge, Brown County 57433, Waubay National Wildlife Refuge, Day County 57273, Madison Wetland Management District, Lake County 57050, South Dakota, United States
- Record
- SN04033984-W 20160302/160229234750-a4f994af280231f3c3c3df861f50a468 (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 |