SOURCES SOUGHT
Y -- TX FW TECH MULTI (1), Various Routes & Parking
- Notice Date
- 3/7/2024 7:37:12 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
- 6982AF24SS0007
- Response Due
- 3/25/2024 1:00:00 PM
- Archive Date
- 04/09/2024
- Point of Contact
- Doug Whitcomb, Ryan Phillips
- E-Mail Address
-
cflacquisitions@dot.gov, cflacquisitions@dot.gov
(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.� Interested businesses must submit the following by e-mail to CFLAcquisitions@dot.gov (Attn:� Doug Whitcomb) for receipt by close of business (2 p.m. local Denver time) on March 25, 2024:� (1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (2) A list of all confirmed socioeconomic categories (i.e., 8(a), small disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, EDWOSB, or WOSB status) that apply to your business; (3) A letter from a bonding agent stating your firm�s capability to bond for a single project of $10 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 TX FW TECH MULTI (1), Various Routes & Parking project in which you performed work similar in scope. �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/ Project Details: TX FW TECH MULTI (1), Various Routes & Parking The project is in the Texas Chenier Plain Wildlife Refuge Complex, which includes a string of coastal refuges that harbor much of the coastal migratory bird habitat along the upper Texas coast. Anahuac National Wildlife Refuge and McFaddin National Wildlife Refuge are managed as part of the Complex.� In 2017, the Complex suffered damages as a result of Hurricane Harvey requiring repairs to roadways, parking areas, and associated transportation infrastructure. The project will be contained within the Texas Chenier Plain Wildlife Refuge Complex boundaries. The action area consists of approximately 16.4 miles of existing roadways and the improvements are listed below by project scheduling.� SUMMARY SCOPE OF THE WORK: The project includes reconstruction of a portion of the existing asphalt, chip seal maintenance to reseal and prolong the pavement life within the existing roadway boundaries, improve surface drainage and remove an existing low spot that does not drain properly.� Work will be contained to the existing parking lot footprint with no additional widening. Schedule A includes: The work will include approximately 14.7 miles (of chip seal maintenance to reseal and prolong the pavement life within the existing roadway boundaries). This work will occur along the Anahuac NWR entrance road, Windmill Road, Shoveler�s Pond Road, Boat Ramp Road (Oyster Bayou), and Skillern Tract Road within Anahuac NWR and along Clam Lake Road within McFaddin NWR. Option X includes: Asphalt paving of existing aggregate roadway with asphalt in two locations: approximately 1.7 mi of Windmill Road and approximately 200 ft of parking space at Crabber�s Corner. The asphalt pavement section along Windmill Road will be 4 inch of asphalt pavement over 4 in of aggregate base on the existing gravel roadway width. PRINCIPAL WORK ITEMS: Schedule A 15 Miles Centerline, Verification and Staking 250 Cuyd of Roadway Excavation 1,200 Cuyd of Subexcavation � 250 Ton of Asphalt Concrete Pavement Type 1 156,000 SQYD of Chip Seal, Type B 300 Ton of Emulsified Asphalt 8,500 SQYD of Micro Surface, Type 1 1 LPSM Temporary Traffic Control Option X 1 LPSM Soil Erosion Control � 2,500 Cuyd of Roadway Excavation 4,800 TON of Roadway Aggregate, Method 2 4,300 TON of Asphalt Concrete Pavement, Type 1 17,600 SQYD Roadbed Reconditioning ANTICIPATED SCHEDULE:� The anticipated advertisement date for the project is June 2024 with construction anticipated from September 2024 to December 2024.� DISCLOSURE OF MAGNITUDE:� The estimated price range is between $5,000,000 and $10,000,000.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6ad679a33290477791352a098d683d6f/view)
- Place of Performance
- Address: TX, USA
- Country: USA
- Country: USA
- Record
- SN06990102-F 20240309/240307230049 (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 |