SOURCES SOUGHT
Y -- NM FTBL 2004(1) Wild Rivers Road
- Notice Date
- 7/29/2020 11:14:34 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
- 6982AF20SS0034
- Response Due
- 8/13/2020 1:00:00 PM
- Archive Date
- 08/30/2020
- Point of Contact
- Leslie Karsten, Sheri Walsh
- E-Mail Address
-
CflContracts@dot.gov, cflcontracts@dot.gov
(CflContracts@dot.gov, cflcontracts@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. Contractors MUST submit the following by e-mail to CFLAcquisitions@dot.gov for receipt by close of business (2 p.m. local Denver time) on August 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 $7 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 FTBL 2004(1) Wild Rivers Road project in which you performed (as the prime contractor) embankment construction, roadway aggregate, full depth reclamation, and asphalt concrete placement. Experience with guardrail installation, installation of sleeves for waterline repairs, and traffic control items is also necessary. 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 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 FTBL 2004(1) Wild Rivers Road PROJECT DESCRIPTION: The Wild Rivers Back Country Byway (BCB) is located within the Wild Rivers Recreation Area, a portion of the Rio Grande del Norte National Monument. It begins about 26 miles north of Taos, NM near the town of Cerro, NM, where NM state highway 378 dead-ends into the Byway. The Wild Rivers BCB is a 12.5-mile two-lane paved road that offers access points for recreational biking and mountain biking on 3 designated trails, sightseeing, camping / picnicking, fishing, and hiking on 10 designated trails. The access road is used for school visitations, architectural surveys, geology education services, horseback riding, and fishing tour guides. The purpose of this project is to enhance overall public access to the Wild Rivers area with surfacing improvements of 4.75 miles of Loop Road to rehabilitate, restore, and resurface (3R) the roads and parking areas.� While a 1-mile section of the road remains for two-way traffic, the remaining 3.75 miles of the loop will be repaved as a one-way road and restriped to encourage non-vehicular traffic and enhanced livability by improving facilities for bicycle traffic. Change Loop Road traffic pattern. Two-way traffic will remain for 1 mile from the Entrance Road connection to the Visitor Center. The remainder of the 3.75 miles of Loop Road will be changed to one-way traffic (clockwise). Widen paved surface of the 3.75 miles to 34 feet to provide wider shoulders for bicycles. Proposed pavement typical section is two 11-foot lanes and two 6-foot shoulders with safety edge and proper shouldering material. Reconstruct pavement on the aprons where aggregate approach roads (from campgrounds, overlooks, employee parking, and the admin and host entries near the Visitor Center) intersect the paved loop road.� Recondition roadway aggregate along access roads to each area. Install sleeves for future waterline repairs. Install guardrail to proper elevations. Replace signing, pavement markings, and delineators per new traffic pattern. � Items worth noting: The peak construction season is estimated to April through end-October.� However, work can be performed depending on the weather. Revegetation will be limited to seeding and mulching on disturbed slopes along the roadway and disturbed surfaces from construction activities. Traffic control plans will need to consider methods to prevent parking within active work zones. SIGNIFICANT QUANTITIES: 15,119 cubic yards of Embankment construction. 5,055 cubic yards of roadway aggregate. 5 miles of full depth reclamation. 11,557 tons of Asphalt concrete pavement. It is anticipated that this project will be advertised in September, 2020. Construction is anticipated from April, 2021 � November, 2021. The proposed project is estimated at a cost between $3,500,000 and $7,000,000.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9699f34f271343e093a7582f465b953a/view)
- Place of Performance
- Address: Taos, NM, USA
- Country: USA
- Country: USA
- Record
- SN05738947-F 20200731/200729230153 (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 |