CA FTNP/NPS 17(4) & 941(1) Tioga Road & Tuolumne Meadows Parking
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 Busi... 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: Craig Holsopple) for receipt by close of business (2 p.m. local Denver time) on August 6, 2019: (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 FTNP/NPS 17(4) & 941(1) Tioga Road & Tuolumne Meadows Parking project (as the prime contractor) in which you performed asphalt concrete pavement - gyratory mix, concrete curb, aggregate base, surface course aggregate, metal pipe culverts, rock excavation, subexcavation, utility relocations, full depth reclamation, unclassified, roadway excavation, concrete sidewalk, and rockery wall. Prior experience on projects located in remote, mountainous terrain of National Parks with numerous environmental constraints 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.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 FTNP/NPS 17(4) & 941(1) Tioga Road & Tuolumne Meadows Parking This project is located in Yosemite National Park in California and includes roadway resurfacing, restoration, and rehabilitation of 12 miles of Tioga Pass Road including eliminating off road/shoulder parking and reconfiguring/expanding parking areas within the Tuolumne Meadows and Tenayah Lake areas to improve the safety of pedestrians and drivers, within Yosemite National Park, CA. The project includes work at 12 parking sites within Tuolumne Meadows, 3 parking areas at Tenaya Lake and heavy maintenance repairs to the Tuolumne River Bridge. The Tuolumne Meadows area of the park experiences high visitation which is estimated at over 600,000 visitors per year (all occurring during the open period from late spring through summer). The terrain is mountainous with the elevation for the work ranging between 8,200 and 9,200 feet. Tioga Road is typically closed throughout the project limits from October to May due to heavy winter/spring snowfall and avalanche hazards. See website below for historical seasonal opening and closing dates: https://www.nps.gov/yose/planyourvisit/seasonal.htm This project increases the existing formal parking supply in Tuolumne Meadows through reconfiguration and expansion of existing parking lots, and formalization of parking along the Stables Road. Off road/shoulder parking along Tioga Road in the vicinity of the existing Visitor Center and Cathedral Lake trailhead would be eliminated once a portion of the expanded parking is constructed. All of the work is occurring in cultural and natural resource sensitive areas and there are numerous environmental constraints that will affect the construction schedule and type of operations. Great attention to detail will be required in achieving customer satisfaction in areas of road construction, traffic control, visitor relations and timely completion of work. Prior experience on projects of similar magnitude within National Parks is required. Principle work items include: 39,000 tons of asphalt concrete pavement, gyratory mix, 42,000 linear feet of concrete curb, 14,000 tons of aggregate base, 11,000 tons of surface course aggregate, 2,000 linear feet of metal pipe culverts 3,100 cubic yards of rock excavation, 4,000 cubic yards of subexcavation Utility relocations including electrical, telephone, water, 12 miles of full depth reclamation, 5,000 cubic yards of unclassified borrow, 8,000 cubic yards of roadway excavation, 2,400 square yards of concrete sidewalk, and 1,000 square feet of rockery wall The estimated price range is between $25,000,000 and $30,000,000. The anticipated advertisement date for the project is January 2020 with construction anticipated from May 2020 to September 2021.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »