Federal Bid

Last Updated on 13 Sep 2016 at 8 AM
Sources Sought
California

CA FTBL 67110(1) Gecko Road and FTBL 67113(1) Grays Well Road

Solicitation ID CA-FTBL67110(1)-and-FTBL-67113(1)
Posted Date 22 Aug 2016 at 8 PM
Archive Date 13 Sep 2016 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 California 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 29, 2016: 

(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 $12 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 Gecko Road and Grays Well Road project in which you performed (as the prime contractor) roadway excavation, keyed riprap class 3, roadway aggregate, full depth reclamation, asphalt concrete pavement, and pavement markings.  State whether your firm was the prime contract 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:  CA FTBL 67110(1) Gecko Road and FTBL 67113(1) Grays Well Road

The Gecko Road network and Grays Well Road network provide critical access to the ISDRA contained within the California Desert Conservation Area. The project package consists of Gecko Road network, Schedule A and Grays Well Road network, Option X. 

Schedule A consists of 4 BLM roads totaling approximately 7.7 miles. The existing roadway will be pulverized, one section of roadway will have the pulverized material replaced with aggregate base, the other section the pulverized material will remain and all sections overlaid with 3 inches of asphalt concrete pavement.  Pullout, parking areas, and campground loops will all be rehabilitated in the same manner.

Option X consists of 4 BLM roads totaling approximately 5 miles.  The existing roadway will be pulverized, and overlaid with 3 inches of asphalt concrete pavement.  3 foot shoulders will be built on both sides of the roadway out of the pulverized material.  Pullout, parking areas, and campground loops will all be rehabilitated in the same manor. 

SIGNIFICANT QUANTITIES (Schedule A): 8,100 cuyd of roadway excavation, 1,860 cuyd of keyed riprap class 3, 19,200 ton of roadway aggregate, 7.8 miles of full depth reclamation, 25,000 ton of asphalt concrete pavement, and 7.8 miles of pavement markings.

SIGNIFICANT QUANTITIES (Option X): 5,369 cuyd of roadway excavation, 700 cuyd of unclassified borrow, 2,800 ton of roadway aggregate, 4.5 miles of full depth reclamation, 100 ton of magnesium chloride, 12,500 ton of asphalt concrete pavement, and 4.5 miles of pavement markings

It is anticipated this project will be advertised in October, 2016 with the Notice to Proceed being issued in January, 2017.  The road networks can be fully closed to the public from approximately April 15, 2017 - September 15, 2017.   No on site work is allowable until April 15, 2017.   Estimated total cost is $10 to $12 million.

Bid Protests Not Available

Similar Past Bids

Cerro New mexico 16 Nov 2023 at 6 PM
Cerro New mexico 27 Feb 2025 at 9 PM
Cerro New mexico 31 Mar 2025 at 3 PM
Cerro New mexico 11 Apr 2025 at 8 PM

Similar Opportunities

Nellis air force base Nevada 08 Aug 2025 at 9 PM