The RFP Database
New business relationships start here

SD FTNP 10(9), Dillon Pass Embankment Repairs


Colorado, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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: Craig Holsopple) for receipt by close of business (2 p.m. local Denver time) on January 21, 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 $6 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 SD FTNP 10(9), Dillon Pass Embankment Repairs project in which you performed (as the prime contractor) embankment construction, asphalt concrete paving, asphalt milling, pipe culvert (concrete), concrete curb, rolled erosion control product, micro surfacing, and temporary traffic control. 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: SD FTNP 10(9), Dillon Pass Embankment Repairs


This project includes two locations in Badlands National Park and one location at the Minuteman Missile Visitors Center. The type of work includes mill and overlay, and reconstruction for the two Badlands locations, and slurry seal for the Minuteman Missile Visitors Center. The project is broken into the main schedule and 2 options; Schedule A that includes Dillon Pass and Bigfoot Pass work, Option X that includes a fill repair and roadway reconstruction on the west end of the Dillon Pass work, and Option Y that includes the slurry seal at the Minuteman location.


SIGNIFICANT QUANTITIES
(Schedule A): 8100 cubic yards of Embankment Construction, 6000 cubic yards of Embankment Construction (shallow reinforced soil slope), 4069 cubic yards of Embankment Construction (Reinforced Soil Slope), 3700 tons of Asphalt Concrete Paving, 33,000 square yards of Asphalt Milling, 130 feet of 72-inch Pipe Culvert (Concrete), 10,600 feet of Concrete Curb (18 inch), 26,000 square yards of Rolled Erosion Control Product (Type 4), and 2,200 Hours of Temporary Traffic Control, Flagger.
(Option X): 3,300 cubic yards of Embankment Construction, 7,000 cubic yards of Embankment Construction (Reinforced Soil Slope), 330 tons of Asphalt Concrete Pavement, Type 1, 270 feet of 24-inch Pipe Culvert (HDPE) and 500 hours of Temporary Traffic Control, Flagger.
(Option Y): 8,000 square yards of Micro Surfacing, Type 2, 3,000 lineal feet of Pavement Markings, Type B, Solid, and Lump Sum Temporary Traffic Control.


It is anticipated this project will be advertised in February 2019. Construction is anticipated to occur from April 29, 2019 to September 5, 2019.

Estimated cost for this project is between $4 million to $6 million.


Craig Holsopple, Acquisition Program Specialist, Phone 720-963-3350, Fax 720-963-3360, Email craig.holsopple@dot.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP