Inactive
Notice ID:6982AF20SS0020
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. Contractors MUST submit the following by e-mail to CFLAcquisitions@dot.gov for receipt by close of business (2 p.m. local Denver time) on May 8, 2020: (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 $1,100,000 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 KS FTFW MACY 10(2) HQ Road, Parking, Refuge Intro Trail project in which you performed (as the prime contractor) concrete sidewalk placement, pedestrian bridge construction, and asphalt concrete pavement placement. 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: KS FTFW MACY 10(2) HQ Road, Parking, Refuge Intro Trail PROJECT DESCRIPTION: The project is in Marais des Cygnes National Wildlife Refuge, which is approximately 40 miles south of Kansas City, KS in Linn County. Construction improvements include roadway excavation, aggregate base, asphalt concrete pavement, minor concrete pavement, concrete sidewalk and trail, bridge construction, signing, pavement markings, and other miscellaneous work. This project includes improvements to the following routes: Entrance Road (RTE 010) Visitor Center Parking (RTE 900), Highway 52 Visitor Kiosk Parking (RTE 901), and Visitor Center ABA Parking (909) connected to the Entrance Road Proposed “Refuge Orientation Trail” east of the Visitor Center/Headquarters New pedestrian bridge on Refuge Orientation Trail Significant quantities: 2,450 SQYD Concrete Sidewalk 1 Pedestrian Bridge with precast, prestressed concrete slab, micropile foundation, structural concrete abutments, steel bridge rail 440 TON Asphalt Concrete Pavement Type I It is anticipated that this project will be advertised in late July/August 2020. Construction is anticipated from November 2020 to January 2021. The proposed project is estimated at a cost between $900,000 to $1,100,000.