SOURCES SOUGHT
Y -- CA FLAP MAD CR26(1) ET AL Avenue 26 and Road 29
- Notice Date
- 3/12/2020 9:55:48 AM
- 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
- 6982AF20SS0010
- Response Due
- 3/26/2020 1:00:00 PM
- Archive Date
- 04/10/2020
- Point of Contact
- Ryan Phillips
- E-Mail Address
-
cflacquisitions@dot.gov
(cflacquisitions@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 (Attn:� Ryan Phillips) for receipt by close of business (2 p.m. local Denver time) on March 26, 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 $20 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 FLAP MAD CR26(1) ET AL Avenue 26 and Road 29 project in which you performed (as the prime contractor) subexcavation, full depth reclamation, and asphalt pavement.� 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 NUMBER:� CA FLAP MAD CR26(1) ET AL PROJECT NAME: �Avenue 26 and Road 29 PROJECT DESCRIPTION:� Avenue 26 and Road 29 is a rural principal arterial road located 15 miles north east of Madera, California. The project will rehabilitate and restore 11 miles of Avenue 26 and 5.4 miles of Road 29, which provide access to the Eastman Lake Recreational Area. The project will include pulverization and replacement of the existing asphalt two-lane roadway with new aggregate base and asphalt pavement. New pavement profile will match existing alignment and structures. The proposed typical sections include a 22 foot traveled way and 4 foot paved shoulders. Selected approach roads will be paved and improved drainage structures, permanent signage, and erosion control devices. The existing 4-inch centerline stripe will be re-established with raised pavement markers and a 6-inch fog line for added visibility. While structural improvements to bridge railing will be implemented at both Brenda and Madera Canal Bridges with new concrete rails and terminal end sections. In addition, a sealed concrete surface treatment will be applied to the bridge decking. The terrain is rolling with an elevation of 300 feet. SIGNIFICANT QUANTITIES (Schedule A): Sub-excavation = 1,500 CUYD Aggregate Base = 41,00F TON Full Depth Reclamation = 11,440 MILES Asphalt Pavement = 59,000 TON Bridge Railing = 719 LNFT Culverts = 620 LNFT Rail Road Flagger = All DISCLOSURE OF MAGNITUDE:� $15,000,000 - $20,000,000 CONSTRUCTION DURATION:� Spring 2021 through Fall 2021.� The anticipated advertisement is expected to be released in Fall 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bdb40a1558634bd6b5516d7132e104b6/view)
- Place of Performance
- Address: Madera, CA, USA
- Country: USA
- Country: USA
- Record
- SN05587888-F 20200314/200312230149 (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 |