SOURCES SOUGHT
Y -- NM FLAP 152(1) NM 152 Bridges
- Notice Date
- 4/29/2020 11:07:00 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
- 6982AF20SS0021
- Response Due
- 5/13/2020 1:00:00 PM
- Archive Date
- 05/28/2020
- Point of Contact
- Craig Holsopple, Phone: 7209633350, Fax: 7209633360
- E-Mail Address
-
craig.holsopple@dot.gov
(craig.holsopple@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:� Craig Holsopple) for receipt by close of business (2 p.m. local Denver time) on May 13, 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 $8 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 NM FLAP 152(1) NM 152 Bridges project in which you performed (as the prime contractor) removal of bridge structure; roadway excavation; controlled blast hole; waste; structural concrete; precast, pre-stressed concrete girder; design, construction and maintenance traffic diversion; reinforced steel epoxy coated; and asphalt concrete 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.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:�NM FLAP NM 152(1) NM 152 Bridges The NM FLAP NM 152(1) NM 152 Bridges project connects Interstate 25 to US 180, located west of Hillsboro, in Sierra County, New Mexico. It is also a major route connecting the northern part of the state with the Gila National Forest and all recreation sites therein.� It provides connectivity to several communities, the Town of Silver City, State Parks, Campgrounds, and the Gila Cliff Dwellings National Monument.� The route is functionally classified as a rural major collector located in mountainous terrain.� The project includes the replacement of two truss bridges.� The bridges were built in 1929 and are single-lane bridges. �The existing structures are geometrically obsolete in the sense that they are restricted in width and height.�� The new bridges are designed with increased width to accommodate two lanes of traffic, increased traffic load, pedestrians, equestrians, and bicyclists. Bridge #1520 is approximately 5 miles west of Hillsboro, NM and crosses Percha Creek.� It will be constructed immediately downstream of the existing bridge and the existing bridge will remain in place.� NM Bridge #1520 is located on the new alignment and will be constructed on a horizontal curve. The new bridge will have a curved deck supported by straight precast prestressed concrete I girders. The length of the bridge will be 115 feet measured along the center line of roadway and will be founded on spread footings with 15-foot approach slab at both ends. Retaining walls will be constructed on the north side of the bridge to eliminate the encroachment on right of way and to save part of the historical trail. �The existing bridge and road will remain open to allow for one-lane, two-way, alternating traffic. This is the current traffic pattern here due to the narrow existing bridge width preventing from two vehicles passing at once. Additional temporary traffic control measures such as shoulder and/or part lane width and shoulder closures might also be implemented during construction. Bridge #1521 is approximately 7 miles west of Hillsboro, NM and crosses Middle Percha Creek, a tributary to Percha Creek. The proposed bridge will be constructed in the same location of the existing bridge and the existing bridge will be removed. The new structure will provide adequate width to accommodate 2 lanes of traffic with 5 foot shoulders.� NM Bridge #1521 is located on a tangent, will have a length of 103 feet and 6 inches and will be founded on spread footings with 12-foot approach slab at both ends.� With construction of the new NM Bridge #1521 on the existing alignment, the contractor will be required to design, construct, and maintain a paved diversion allowing for one-lane, two-way, alternating traffic via temporary traffic signals on the north side of existing bridge.� The diversion will be removed and restored to existing conditions when the new bridge is open to public traffic. Additional temporary traffic control measures such as shoulder and/or part lane width and shoulder closures might also be implemented during construction. Items worth noting: Bridge #1521 - Diversion Construction and Open to One Lane of Traffic Bridge #1520 - Uses Existing Bridge as Diversion for One Lane of Traffic Bridges are Bulb Tee with Cast In Place Concrete Deck There are sensitive environmental resources immediately adjacent to the work area, including historic features, that will need to be protected in place. Work will occur in mountainous terrain and cut slopes steeper than 1V:2H are anticipated. Large boulders may exist within the proposed excavation limits throughout. Traffic control plans will need to consider methods to prevent parking within active work zones. Principal Work Items Approximate quantities for major work items: Removal of bridge structure 15,800 cubic yards of roadway excavation 6,900 liner feet of controlled blast hole 22,600 cubic yards of waste 580 cubic yard Structural Concrete, Class A (AE) 866 liner feet of Precast, prestressed concrete girder (NM BT 63) Construct and maintain diversion (#1521 remove and restore) 91,900 lbs. Reinforced steel epoxy coated 1600-ton Asphalt concrete pavement, Type 1 The estimated price range is between $5,000,000 and $8,000,000. The anticipated advertisement date is mid-June, 2020 with construction anticipated from August 2020 to May 2021.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/aa61b6f64bf44b019c763d775ce51a9c/view)
- Place of Performance
- Address: NM 87901, USA
- Zip Code: 87901
- Country: USA
- Zip Code: 87901
- Record
- SN05640291-F 20200501/200429230154 (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 |