Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2020 SAM #6645
SOURCES SOUGHT

Y -- CA FTBR FSTR(2), Folsom South Trail Improvements

Notice Date
2/6/2020 1:01:16 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
6982AF CENTRAL FEDERAL LANDS DIVISI LAKEWOOD CO 80228 USA
 
ZIP Code
80228
 
Solicitation Number
6982AF20SS0007
 
Response Due
2/20/2020 1:00:00 PM
 
Archive Date
03/06/2020
 
Point of Contact
Jorey Deml, Sheri Walsh
 
E-Mail Address
cflacquisitions@dot.gov, sheri.walsh@dot.gov
(cflacquisitions@dot.gov, sheri.walsh@dot.gov)
 
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: Jorey Deml) for receipt by close of business (2 p.m. local Denver time) on February 20, 2020: (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) Letter from bonding agent stating your firm�s capability to bond for a single project of $2 million, 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) highway construction work that included construction of a pedestrian bridge, shelter (similar) structure, crack sealing, asphalt patching, micro surfacing, signing, and pavement markings. 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 FTBR FSTR(II) FOLSOM SOUTH TRAIL IMPROVEMENTS The Folsom South Trail Improvements project is located in Sacramento County, CA, on Bureau of Reclamation (BOR) property, adjacent to the Folsom South Canal. The trail, initially constructed for use by BOR maintenance vehicles, has been open to the public due to urban development and increasing popularity amongst bicyclists and pedestrians. The project consists of construction of a pedestrian bridge over Laguna Creek, an open-air shelter house, crack sealing, asphalt patching, micro surfacing, signing, pavement markings, and other miscellaneous items as requested by the BOR. The BOR will allow full trail closures in work areas as needed. There will be no delays nor closures on public roadways. Significant quantities for the project include: LINE ITEM����������������������������������������������������������������������� UNIT����� ������������������������EST. QUANTITY Pedestrian Bridge����������������������������������������������������������� All����������������������������������� Lump Sum Crack Sealing������������������������������������������������������������������ Mile�������� �������������������������������12.5 Asphalt Patching������������������������������������������������������������ Sq Yd�������������������������������������� 200 Micro Surfacing Type II������������������������������������������������� Sq Yd���������������� ���������������������TBD ** Pavement Markings������������������������������������������������������� Mile�������� �������������������������������TBD **** System Installation, Lighting����������������������������������������� All��������������������������� ����������Lump Sum Fixture, Shelter���������� ������������������������������������������������������Each����������������������������������������� 1 ** The quantity of micro surfacing will be determined based on available funds. **** The quantity of Pavement Markings will be determined based on the length of micro surfacing (see ** above). Anticipated Schedule Construction is anticipated to take place between July-September, 2020. Funding The anticipated cost range is between $1 million and $2 million.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a04362e6ad1f43b9aebe791a4616aef7/view)
 
Place of Performance
Address: Sacramento, CA, USA
Country: USA
 
Record
SN05554065-F 20200208/200206230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.