SOURCES SOUGHT
Y -- CA ERFO DEVA 11(1), Bonnie Clare Road
- Notice Date
- 4/24/2018
- 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
- 6982AF18SS0009
- Archive Date
- 5/23/2018
- 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 May 8, 2018: (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 $14 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 CA ERFO DEVA 11(1), Bonnie Clare Road project in which you performed ( as the prime contractor ) significant earthwork, embankment protection measures, roadway obliteration, removal of damaged roadway and flood debris, concrete barrier, revet mattress, aggregate base installation, and asphalt paving. State whether your firm was the prime contractor 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 ERFO DEVA 11(1), Bonnie Clare Road This project is located near the northeast border of Death Valley National Park beginning at the Nevada state line on Nevada State Route 267 and California state line and ending at the intersection of Ubehebe Crater Rd and Scotty's Castle Road 0.2 miles north of the Grapevine Ranger Station in Death Valley National Park. The project is funded with Emergency Relief for Federally Owned Roads (ERFO) to reconstruct the road damaged from a natural disaster. Schedule A Bonnie Clare Road - The intent of this project is to reconstruct Bonnie Clare Road after it was destroyed by flooding in October 2015. The roadway was destroyed and significant areas have been eroded away. The project is 7.52 miles long and will include significant earthwork, embankment protection measures, roadway obliteration, removal of damaged roadway and flood debris, aggregate base installation, and asphalt paving. Concrete barrier and revet mattress will be constructed/installed along the roadway in areas subject to flooding. Option X Waterline Relocation - Install 12" HDPE 4710 DR9 IPS waterline under the roadway. The waterline is part of a larger system being installed by NPS contractors from the Scotty's Castle pump house to an intake near Scotty's Castle. Option Y Historic Fence Repair - Replace and repair historic fence in the Scotty's Castle Historic District. The work consists of pre-casting concrete fence posts matching the historic shape and color of the existing posts. Installing and resetting concrete posts and installing and repairing fencing based on the historic alignment and elevations. Option Z Scotty's Castle Bridge Scour Repair - Repair the foundation of the bridge at Scotty's Castle and install articulated concrete blocks. SIGNIFICANT QUANTITIES (Schedule A): 20420-0000, EMBANKEMENT CONSTRUCTION: 39,120 CUYD 25210-0000, ROCKERY: 21,400 SQFT 25305-1000, REVET MATTRESS, GALVANIZED OR ALUMINIZED COATED: 25,500 SQYD 30101-0000 AGGREGATE BASE: 13,100 TONS 30301-1000 DITCH RECONDITIONING: 5.400 MILES 30302-2000 SHOULDER RECONDITIONING: 2,100 LNFT 40101-5600, ASHPALT CONCRETE PAVEMENT, GYRATORY MIX, ½-INCH OR ¾-INCH NOMINAL MAXIMUM SIZE AGGREGATE, 0.3 TO <3 MILLION ESAL: 10,370 TON 60901-1100 CURB, CONCRETE, 13-INCH: 6,600 LNFT 61801-0000 CONCRETE BARRIER: 33,000 LNFT ADDITIONAL INFORMATION FOR NOTICE The successful contractor must provide an archeological monitor meeting the requirements of the Secretary of Interior Qualification Standards and a certified tribal monitor during soil-disturbing activities along Bonnie Clare Road. Bonnie Clare Road is a culturally sensitive area with confined construction limits. No construction activity is permitted within the station ranges listed of wetland and non-wetland riparian habitats from April 10 to August 16 to avoid potential habitat and noise impacts to breeding bird species, including the federally endangered least Bell's vireo and southwestern willow flycatcher. All construction materials and equipment used on the project will only be allowed access from US 95 and Scotty's Junction on highway 267 from the Nevada side. The existing roadway is severely damaged and closed to traffic. There is an existing one-way four-wheel drive route. Contractor will need to clear and rough grade roadway for construction access. The successful contractor must c oordinate construction operations with other contractors: Coordinate with NPS contractors and allow access for work in the Scotty's Castle area on Bonnie Clare Road. Coordinate staging areas in the Scotty's Castle parking area. The following projects may be concurrent with this project: (1) Restoration of Scotty's Castle and Buildings. (2) Waterline Relocation and Water Storage Facilities. (3) AT&T telephone line relocation to overhead SCE poles, from Ubehebe intersection to Scotty's Castle. (4) NPS maintenance operations. It is anticipated that this project will be advertised in May of 2018. The contracting range for this project is between $10 and $14 million dependent upon the Option(s) awarded. Notice to Proceed is anticipated July, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/6982AF18SS0009/listing.html)
- Place of Performance
- Address: Death Valley, California, 92328, United States
- Zip Code: 92328
- Zip Code: 92328
- Record
- SN04899214-W 20180426/180424230518-65bf5e5bf007df27594642a32127a38d (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 |