Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 01, 2020 SAM #6912
SOURCES SOUGHT

Y -- CO FTBR Crystal Dam (1), East Portal Access Road

Notice Date
10/30/2020 2:06:04 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
6982AF21SS0001
 
Response Due
11/13/2020 1:00:00 AM
 
Archive Date
11/28/2020
 
Point of Contact
Jorey Deml, Ryan Phillips
 
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 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 November 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 $5.5 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) roadway construction work that included asphalt paving, rock excavation (blasting), rock removal (scaling) and rockfall protection.� 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 PRIME CONTRACTOR MUST DEMONSTRATE PRIOR EXPERIENCE WITH THE ACITIVITIES LISTED IN THIS PARAGRAPH. 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: CO FTBR Crystal Dam(1) East Portal Access Road The East Portal Access Road is located in Montrose County, Colorado.� The road begins at the intersection with State Highway 347 at the entrance station to the Black Canyon National Park about 6 miles north of US-50. The road continues for 6.85 miles to the northeast where it terminates at the gate to the Crystal Dam facilities road.� The Bureau of Reclamation (BOR) maintains the road for access to its Crystal Dam and Power Plant and to the recreational facilities along the Gunnison River.� The 21-foot wide road was originally constructed in 1973 and has had no major maintenance projects other than a chipseal done in 2015.�� The roadway pavement is generally in fair to poor condition. The road has been segmented into three sections based on priority and condition.� The upper section from mileposts 0.0 to 2.2, the middle section from mileposts 2.2 to 5.3 and the lower section from mileposts 5.3 to 6.8.�� The middle section is characterized by steep grades of up to 16%, tall rock cuts (with rockfall problems), poor geometrics, and poor pavement conditions.� The focus of the project will be the first 5.3 miles. The scope of the project would be to pulverize and overlay the pavement 5 miles and reconstruct 0.3 miles.� The major items of work will include paving, rock excavation (blasting) and rock removal (scaling), rockfall protection, cleaning the ditches and culverts, and full depth reclamation and paving. SIGNIFICANT QUANTITIES: Schedule A: 20401-0000 Roadway Excavation: 14,500 CUYD 26001-0000 Rock Bolt: 200 LNFT 26002-000 Rock Dowel: 100 LNFT 30202-2000 Roadway Aggregate, Method 2: 3,500 TON 30401-5500 Full Depth Reclamation, Method 2, 8-Inch Depth: 4.890 Mile 40101-5600 Asphalt Concrete Pavement, Gyratory Mix, �-Inch or �-Inch Nominal Maximum Size Aggregate, 0.3 to <3 Million ESAL: 30,000 TON: 11,500 TON 623032-0100 Special Labor, Slope Scaling: 150 Hours 63401-0300 Pavement Markings, Type B, Solid (White): 110,000 LNFT 63401-0300 Pavement Markings, Type B, Solid (Double Yellow): 110,000 LNFT 65101-1000 Draped Rockfall Protection, Wire Mesh: 2,250 SQYD 65101-2000 Draped Rockfall Protection, Cable Net: 5,000 SQYD Anticipated Schedule The anticipated advertisement date is December/January 2020.� Construction is anticipated from March 2021 to November 2021. Funding The estimated cost range is between $4.5 million and $5.5 million.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ac83ec45d16e41468cdbfea4ca4b4cfd/view)
 
Place of Performance
Address: Montrose, CO 81401, USA
Zip Code: 81401
Country: USA
 
Record
SN05842665-F 20201101/201030230146 (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.