Federal Bid

Last Updated on 11 Mar 2015 at 8 AM
Sources Sought
Location Unknown

Lahaina Bypass 1B-2

Solicitation ID Lahaina-Bypass-1B-2
Posted Date 17 Feb 2015 at 9 PM
Archive Date 11 Mar 2015 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 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 February 24, 2015: 

(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 $35 million, and your firm's aggregate bonding capacity; and

(4) Provide a list of design-build road construction projects of equal or greater value to the Lahaina Bypass 1B-2 project in which you performed (as the prime contractor) context sensitive design and construction approaches including roadway excavation, roadway embankment, and drainage.  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:  Lahaina Bypass 1B-2

The Lahaina Bypass 1B-2 project is located on the island of Maui in Hawaii.  The project is approximately 4 miles southeast of the town of Lahaina

This phase starts at the southeastern termini of the previous bypass phase (Lahaina Bypass 1B-1) and continues approximately 2.7  miles to the southeast to the proposed southern terminus back onto The Honoapilani Highway (State Route 30).  The current design is approximately 30-percent complete and assumes the following major work items and approximate quantities:

Line Item

Unit

Estimated Quantity

Roadway Excavation

CUYD

70,000

Roadway Embankment

CUYD

500,000

Major Crossings (drainage and secondary roadways greater than 20-foot span)

EACH

4

Minor Crossings (drainage less than 20-foot span)

EACH

10

A two-phase design-build selection process is the expected solicitation approach.  The work will take a place in an environmentally sensitive area and will require context sensitive design and construction approaches.  Environmental clearance and right-of-way acquisitions are expected to be complete prior to the award of a design-build contract.

It is anticipated that the Request for Qualification will be issued in May of 2015 with Request for Proposals (short list firms only) occurring in Summer of 2015.  Anticipated delivery (design and construction) duration is anticipated to take approximately 2 years with construction completion by Fall of 2017.  The contracting range for this project is between $25 million to $35 million.

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
Hawaii 17 Feb 2015 at 9 PM

Similar Opportunities

No Similar Opportunities Found