Inactive
Notice ID:6982AF19SS0021
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: Jorey Deml) for receipt by close of business (2 p.m. local Denver time) on August 8, 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 CCR PROFILE; (3) Letter from bonding agent stating your firm's capability to bond for a single project of $800,000, and your firm's aggregate bonding capacity; and (4) Provide a list of road construction projects of equal or greater value anc scope to the CA FTFW MERC 915(1), Trails(1) Parking Area and Trails in which you performed (as the prime contractor) parking rehabilitation and construction, aggregate base, parking concrete pads, pavement markings, and aggregate surface for trails. State whether your firm was the prime contract 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 FTFW MERC 915(1), Trails (1) Parking Area and Trails The project is in Merced National Wildlife Refuge, which is approximately 15 miles southwest of Merced, CA in Merced County. The project consists of the rehabilitation of 1.1 miles of trail system for Schedule A and approximately 0.84 miles of trails on Option X. Additional work consists of re-gravelling of small parking area, construction of ABA concrete parking pads, concrete sidewalk, signage, and striping. Proposed improvements include parking rehabilitation and construction, aggregate base, parking concrete pads, signing, pavement markings, and aggregate surface for trails. Significant quantities are as follows: Schedule A: 2,600 TON of aggregate surface course 1.1 miles of aggregate surface reconditioning 110 SQYD of minor concrete pavement, plain, 6-inch depth Option X: 1,150 TON of aggregate surface course 0.84 miles of aggregate surface reconditioning The estimated price range is between $500,000 and $800,000. The anticipated advertisement date is August 2019. Construction is anticipated from November 2019 to February 2020.