Inactive
Notice ID:6982AF19SS0014
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 June 20, 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 $2.5 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 SD SR94(1), Campo Road project in which you performed (as the prime contractor) Roadway Excavation, placement of borrow material, subbase, Aggregate Base, Asphalt Pavement, an Ultra-thin bonded wearing course, and pavement markings. 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 FLAP SD SR94(1), Campo Road The Campo Road project is located on SR94 near the San Diego National Wildlife Refuge in San Diego County, CA. The project consists of intersection and safety improvements at SR94 and Millar Ranch Road. Improvements include extended acceleration, deceleration, and turn lanes, improved sight distance and geometry for traffic entering SR94 from Millar Ranch Road, centerline rumble strips, and new thermoplastic pavement markings. The project also includes construction of a new parking lot on San Diego National Wildlife Refuge property in the SW quadrant of SR94 and Millar Ranch Road. The major work elements include Roadway Excavation, placement of borrow material, subbase, Aggregate Base, Asphalt Pavement, an Ultra-thin bonded wearing course, and pavement markings. There will be up to 20 minute delays during construction. There will be no road closures. Weather conditions typically allow construction to commence in late summer and continue through the winter months. Significant quantities for the overall project include: Line Item Unit Est. Quantity Roadway Excavation CUYD 3,400 Unclassified Borrow CUYD 2,500 Subbase CUYD 2,000 Aggregate Base TON 2,430 Hot Asphalt Conc. Pavem't TON 1,222 Ultra-thin bonded wearing course TON 470 Anticipated Schedule The Notice to Proceed for on-site activity is anticipated in late Summer, 2019.. Funding The anticipated cost range is between $1.5 million and $2.5 million.