Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOURCES SOUGHT

Y -- CO FTNP DINO 11(1) Harpers Corner Road

Notice Date
5/19/2022 2:17:52 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-0025
 
Response Due
6/3/2022 11:00:00 AM
 
Archive Date
08/01/2022
 
Point of Contact
Laura Vallejos, Sheri Walsh
 
E-Mail Address
cflcontracts@dot.gov, sheri.walsh@dot.gov
(cflcontracts@dot.gov, sheri.walsh@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 for receipt by close of business (2 p.m. local Denver time) on June 03, 2022: A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; 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; Letter from bonding agent stating your firm�s capability to bond for a single project of $20 million, and your firm�s aggregate bonding capacity; and Provide a list of road construction projects of equal or greater value and scope to the CO FTNP DINO 11(1) Harpers Corner Road project in which you performed (as the prime contractor) work in natural resource sensitive areas.� Experience in construction phasing, temporary traffic control, and timely completion of construction 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 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 FTNP DINO 11(1) Harpers Corner Road: Location: Dinosaur, Colorado County: Moffat County PROJECT DESCRIPTION: The Central Federal Lands Highway Division (CFLHD) of the Federal Highway Administration (FHWA), in cooperation with the National Park Service (NPS) is proposing to rehabilitate (3R) the pavement and curb conditions for Harpers Corner Road within the Dinosaur National Monument.� The project is located in Moffat County near Dinosaur, CO and will consist of rehabilitating approximately 14 miles of the road and one (1) parking area. Harpers Corner Road needs rehabilitation due to deterioration that is typical of aging pavements and due to several subgrade failures. SCOPE OF THE WORK: The project scope is rehabilitation of existing roads, pullouts and parking areas so that visitors can continue to safely access park destinations. The existing pavement along Harpers Corner Road is generally in moderate condition with several moderate to high severity subgrade failures. The existing posted speed along the route is 45 mph. This roadway is classified as an NPS Class 1 roadway; a principal park road/rural parkway with one lane in each direction. The existing roadway is paved and varies from 22 to 30 feet in width along the entire 14 miles with an approximate 2% normal crown and superelevation and corner widening, as needed on curves. Existing drainage is adequate with the exception of one subgrade failure where a new culvert is proposed. The asphalt curb and gutter is completely buried in several locations and overrun with vegetation and debris on others. Guardrail is generally in good condition but will be replaced to be meet current MASH requirements. The project will be split into a base schedule encompassing 4.33 miles, and 2 options, encompassing 2.73 miles and 7.06 miles. It will require minor widening where the existing width is less than 24 feet, as well as the addition of minor drainage improvements and concrete curbs.� Improvements also include embankment, full-depth reclamation, asphalt concrete pavement, guardrail, concrete curb, culverts, gates, ADA improvements, pavement markings and subexcavation. The project will be constructed under temporary single lane closures requiring temporary traffic control.� All work occurs within environmentally sensitive settings which will require best management practices and restrictions to protect identified resources. PRINCIPAL WORK ITEMS: Approximate quantities for major work items (Schedules and Options): 4,200 cubic yards of subexcavation 2,400 cubic yards of embankment 7,000 tons of roadway aggregate 225,000 square yards of full depth reclamation 46,000 tons of asphalt concrete pavement (superpave) 840 linear feet of underdrain system 33,000 linear feet of concrete curb ANTICIPATED SCHEDULE: Anticipated advertisement is September 2022 with an award date in November 2022. Anticipated project duration is April 2023 � August 2023. ESTIMATED COST RANGE: The project is between $10,000,000 and $20,000,000. EXPERIENCE: Provide detail on required experience based on the information provided above. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/37d7b1469eeb4e4197752c5624fa4fee/view)
 
Place of Performance
Address: Dinosaur, CO 81610, USA
Zip Code: 81610
Country: USA
 
Record
SN06333258-F 20220521/220519230104 (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  © 1994-2020, Loren Data Corp.