Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2022 SAM #7386
SOURCES SOUGHT

Y -- CA FLAP 03S11(1) Reds Meadow Road

Notice Date
2/17/2022 5:08:48 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
6982AF-22-SS-0012
 
Response Due
3/3/2022 3:00:00 PM
 
Archive Date
11/30/2022
 
Point of Contact
Laura Vallejos, 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 MUST submit the following by e-mail to CFLAcquisitions@dot.gov or by telefax to 720-963-3360 (Attn:�Laura Vallejos) for receipt by close of business (4 p.m. local Denver time) on :�March 3, 2022. (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 $30 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 03S11(1) Reds Meadow Road project in which you performed (as the prime contractor) work in mountainous terrain within a national forest, national park, national monument, and/or natural resource sensitive areas.�Experience in soil nail wall construction, paving in mountainous terrain, multi-season construction phasing, and complex temporary traffic control is required.� 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 DETAILS:� CA FLAP 03S11(1) Reds Meadow Road Project Details: The project consists of reconstructing and widening the upper 2.5 miles of road to a two-lane road.� Widening will be accomplished in this section through the cut slopes, fill slopes, soil nail walls, reinforced soil slopes, and rock cuts. Guardrail will be constructed in select locations.� The lower 5.8 miles of road will be rehabilitated through pulverization and repaving with a few areas of superelevation correction, the reconstruction of the entrance to the Devil�s Postpile National Monument, and the excavation and or clearing of a few embankments to improve sight distance. The project involves a variety of work including excavation, rock excavation, soil nail walls, reinforced soil slopes, pipe culverts, guardrail, ditch reconditioning, drainage repairs, riprap, asphalt paving, full depth reclamation (pulverize and pave), erosion control, and revegetation. Items worth noting: ����������� Being the only access road to several recreation sites, Reds Meadow Road receives significant traffic during the summer months. Full closures during the daytime will not be allowed for the majority of the construction season. Maintenance of public traffic will be an important construction consideration. Daytime delays will be a maximum of 30 minutes. ����������� The project elevation is between 8,000 and 9,000 feet. The construction season will generally be May to October but will depend on weather. ����������� The project is in very steep, mountainous terrain, with a very narrow bench in the upper 2.5 mile portion of the project. Widening through the construction of soil nail walls, rock cuts, and reinforce soil fill slopes, will be difficult in this terrain. ����������� 14 soil nail walls with max heights ranging from 6 to 12 feet are proposed. Soil nails will be installed in hard rock that includes fractured areas, boulders, and zones of talus. ����������� A sculpted and colored concrete facing to blend with the surrounding geology will be required on the soil nail walls. ����������� Some rock excavation may require blasting. Approximate quantities for major work items: ����������� 9,500 cubic yards of roadway embankment ����������� 26,000 cubic yards of reinforced soil slope ����������� 31,000 square feet of soil nail retaining wall ����������� 4,000 cubic yards of rock excavation ����������� 12,000 tons of roadway aggregate ����������� 22,000 tons of asphalt concrete pavement ����������� 5.8 miles of full depth reclamation ����������� 3,700 linear feet pipe culvert (15 to 36 inch diameter) ����������� 3,325 linear feet of guardrailIt is anticipated that this project will be advertised in Anticipated Schedule: Advertise:� Late Summer 2022 Award:� Winter 2022/2023 Construction:� Spring 2023 � Fall 2024 Note construction will be two seasons. May to approximately October in 2023 and 2024. The contracting range for this project is between $20 million and $30 million.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f794b73e667c4a9984b4b021259903e1/view)
 
Place of Performance
Address: Mammoth Lakes, CA 93546, USA
Zip Code: 93546
Country: USA
 
Record
SN06246524-F 20220219/220217230108 (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.