The RFP Database
New business relationships start here

TX FTNP BEBI 14(2)13(5)11(3) Chisos Basin, West, North Entrance Roads


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 July 22, 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 $7 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 TX FTNP BEBI 14(2)13(5)11(3) Chisos Basin, West, North Entrance Roads project in which you performed (as the prime contractor) pulverizing the existing asphalt for additional base, concrete curb, concrete headwalls, drainage improvements, and paving. 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: TX FTNP BEBI 14(2)13(5)11(3) Chisos Basin, West, North Entrance Roads


The TX FTNP BEBI 14(2)13(5)11(3) Chisos Basin, West, North Entrance Roads project is located Big Bend National Park, Brewster County, Texas. Work will be performed on approximately 2.3 miles of the Chisos Basin Road, from the West Entrance Road to the Campground intersection, would include road rehabilitation on its current alignment and at its current width. The rehabilitation would consist of pulverizing the existing asphalt for additional base, concrete curb, drainage improvements, and repaving with approximately 4" of asphalt.


The first section of repair work on the West Entrance Road would begin at the Park boundary and continue for approximately 1.1 miles. Repair of this section would include approximately sub excavation, replacement of the subgrade, concrete paving, and base and repaving. The remaining road length would be pulverized, shaped and paved. The second section being reconstructed 700 to 500 feet in length construction will include sub excavation, subgrade work, base, asphalt and concrete paving.
This project consists of:
Schedule A, Option X and Y:


Significant Items for Schedule A Include: 2.3 miles full depth reclamation of existing pavement, 6,800 tons of hot asphalt concrete paving, concrete headwalls 30 CUYD, 90 LNFT42 inch arch or elliptical culvert, 1000 CUYD roadway embankment, 500 CUYD of sub excavation, 2,000 LNFT 12 inch colored concrete curb.


Option X significant include: 3,000 LNFT Guardrail System MSG type 4 with terminals and 600 miles' pavement markings.


Option Y significant include: Subexcavation 2,000 CUYD, roadway aggregate 3,000 tons, Concrete paving 50 CUYD, concrete curb 4,150 LNFT and asphalt paving 4,000 tons.


It is anticipated this project will be advertised in October 2019 with construction beginning in November 2019 and extending through March 2020.


Estimated total cost for the Schedule A, Option X and Y is $5,000,000 to $7,000,000.


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