Inactive
Notice ID:6982AF20SS0027
6982AF20SS0027 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...
6982AF20SS0027 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 (Attn: Eric Grosskreuz) for receipt by close of business (2 p.m. local Denver time) on May 22, 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 $3 million, and your firm’s aggregate bonding capacity; (4) Provide a list of road construction projects of equal or greater value and scope to the NV FTBR Hoover Dam Safety (1), Guardrail Improvements project in which you performed (as the prime contractor) for removal and replacement of guardrail, concrete barrier and installation of pedestrian railing, surface treatments and refreshing striping. 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 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: NV FTBR Hoover Dam Safety (1), Guardrail Improvements The Bureau of Reclamation (USBR) has coordinated with the Central Federal Lands Highway Division (CFLHD) to assist with the design and construction of barrier improvements along the Hoover Dam Access Road. The project begins at the Clark County/USBR boundary, approximately 750 ft. west of the security checkpoint on the Nevada side and continues across the Hoover Dam, ending at the Arizona Helipad parking lot on the Arizona Side (Parking Lot 16). Based on available funding the scope of work for the project will focus primarily on barrier improvements. Proposed work includes removal and replacement of guardrail, concrete barrier and installation of pedestrian railing at select locations. Two options are for surface treatments, refreshing striping, and minor improvements. Significant Quantities and Line Items: Schedule A Item Description Unit Quantity 30202-2000 Roadway Aggregate, Method 2 TON 1,100 61701-4500 Guardrail System CRG, Type 2, LNFT 5,150 Class A Steel Posts 617 End terminals (assorted) EACH 16 633 Permanent Signing EACH 135 63506-0500 Temporary Traffic Control, Flagger HOUR 1,500 Option X 40601-0000 Fog Seal TON 28 41402-2000 Cracks, Cleaning and Sealing MILE 4.0 41801-2000 Asphalt Concrete Pavement Patch, SQYD 400 Type 2 633 Permanent Signing EACH 85 63506-0500 Temporary Traffic Control, Flagger HOUR 150 Option Y 40601-0000 Fog Seal TON 20 63402-1500 Permanent Pavement Markings MILE 13.0 41801-2000 Asphalt Concrete Pavement Patch, SQYD 400 Type 2 63506-0500 Temporary Traffic Control, Flagger HOUR 600 63506-0600 Temporary Traffic Control, Pilot Car HOUR 300 MISCELLANEOUS: All work will need to be completed at night. No day work will be allowed. Davis-Bacon wages for both Clark County, NV and Mohave County, AZ will be required as work is in both states. The project will have a CAT-EX document for environmental clearance. The project includes a base schedule with two options. The estimated for the base schedule and options is between is $1,000,000.00 and $3,000,000.00. The anticipated advertisement date is July 2020, with anticipated bid opening, award and notice to proceed in September 2020.