Federal Bid

Last Updated on 01 Sep 2017 at 8 AM
Sources Sought
Grand canyon Arizona

AZ FTNP GRCA 11(4), Desert View Drive

Solicitation ID AZ-FTNP-GRCA-11(4)
Posted Date 09 Aug 2017 at 8 PM
Archive Date 01 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 6982af Central Federal Lands Divisi
Agency Department Of Transportation
Location Grand canyon Arizona United states

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
[email protected] or by telefax to 720-963-3360 (Attn:  Craig Holsopple) for receipt by close of business (2 p.m. local Denver time) on August 17, 2017: 

(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 $17.5 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 Desert View Drive project in which you performed (as the prime contractor) subgrade grading, concrete paving, concrete curb, CMP culverts, concrete headwalls, and riprap, aggregate base course, asphalt pulverizing and paving, traffic control, and public information.  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:  AZ FTNP GRCA 11(4), Desert View Drive

This project in includes reconstruction of 7.47 miles of Desert View Drive, 1.1 miles of Yaki Point and Kaibab Trail Access Road, 3.59 South Entrance Road, 1.17 Village Loop Drive in Grand Canyon National Park, Coconino County, Arizona.

Type of Construction: subgrade grading, concrete paving, concrete curb, CMP culverts, concrete headwalls, and riprap, aggregate base course, asphalt pulverizing and paving, traffic control, public information.

This project consists of:

Schedule A:  Phased Construction of 7.47 miles of Desert View Drive roadway reconstruction and paving.

Significant Items for Schedule A Include: 3,100 LF of fiber rolls; 2,000 CY of roadway excavation; 300 sub excavation; 300 CY of riprap; 3,200 tons of aggregate base; 28,500 tons of hot asphalt paving; 200 LF of pipe culvert placement; 600 LF of concrete curb; 70 miles of pavement markings; 2,600 flagger hours

Option X:  Phased Construction of .5 miles of roadway reconstruction and paving.

Significant Items for Option X Include: 2,900 LF of fiber rolls; 5,000 CY of roadway excavation; 300 CY sub-excavation waste; 50 CY of riprap; 3,400 tons of aggregate base; 10,645 SY minor concrete pavement; 200 LF of pipe culvert placement;  5 miles of pavement markings; 5,000 flagger hours.

Option Y:  Phased Construction of .5 miles of roadway reconstruction and paving.

Significant Items for Option X Include: 2,900 LF of fiber rolls; 5,000 CY of roadway excavation; 300 CY sub-excavation waste; 50 CY of riprap; 3,400 tons of aggregate base; 10,645 SY minor concrete pavement; 200 LF of pipe culvert placement;  5 miles of pavement markings; 5,000 flagger hours.

Option Z:  Phased Construction of 1.15 miles of Village Loop Drive and Bypass reconstruction and paving.

Significant Items for Option Y Include: 900 LF of fiber rolls; 400 CY of roadway embankment; 200 CY sub-excavation; 60 CY of riprap; 2,500 tons of aggregate base; 6,000 tons of hot asphalt paving; 30 LF of pipe culvert placement; 2 miles of pavement markings; 3,200 flagger hours.

It is anticipated that the project will be advertised in October, 2017.  Construction is anticipated to occur from December, 2017 to September, 2018.  Estimated total cost is $12 million to $17.5 million, dependent upon the Schedule and Options awarded.

Bid Protests Not Available

Similar Past Bids

Yosemite national park California 30 Oct 2013 at 3 PM
Emmett Michigan 16 Nov 2018 at 9 PM
Tracy California 13 Mar 2018 at 7 AM
Joshua tree California 28 Aug 2013 at 2 PM

Similar Opportunities

Tallapoosa Georgia 15 Jul 2025 at 6 PM
Washington District of columbia 16 Jul 2025 at 9 PM
Washington District of columbia 16 Jul 2025 at 9 PM
Washington District of columbia 16 Jul 2025 at 9 PM