Search Contract Opportunities

HI FLAP CR562(1) Kilauea Point   2

ID: 6982AF24SS0016 • Type: Sources Sought • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

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: Stephanie Navarro) for receipt by close of business (2 p.m. local Denver time) on July 5th, 2024:

(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 $20 million, and your firm's aggregate bonding capacity; and

(4) Provide a list of pavement preservation construction projects of equal or greater value and similar scope to that described herein and in which you performed (as the prime contractor) work utilizing multiphase construction and traffic control approach. Experience in rehabilitation and construction of roadways, roundabouts, sidewalks, construction phasing, temporary traffic control, and timely completion of construction is required. 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: HI FLAP CR562(1) Kilauea Point

PROJECT DETAILS:

Kilauea Point National Wildlife Refuge (KPNWR) is a 203-acre facility located on the north shore of the Island of Kaua'i. It is part of the Kaua'i National Wildlife Refuge Complex managed by the United States Fish and Wildlife Service. The increase in visitors has led to transportation problems including increased traffic through the town of Kilauea, congestion at accesses to parking near the overlook point, and associated safety issues. To keep up with the visitation demands, the KPNWR and the USFWS along with the Federal Highway Administration Central Federal Lands Highway Division are proposing to improve the area by providing better access along Kolo Road and Kilauea Road (Route 562) for pedestrians and bicyclists, as well as improvements to the overlook to improve safety.

SCOPE OF THE WORK:

The project consists of installation of a sidewalk adjacent the existing roadway from the intersection of Kuhio Highway to the KPNWR Overlook. Work includes pavement rehabilitation and resurfacing of the existing roadway, with full depth pavement on aggregate base course for roadway widening segments, and reconstruction of the existing turnaround. Guardrail, sidewalk, curb, gutter, two mini-roundabouts, striping, and pedestrian crossings will be provided to establish a safe and accessible corridor for pedestrians and bicyclists. Minor utility adjustments and construction is also anticipated. The total project length is approximately 1.70 miles.

PRINCIPAL WORK ITEMS:

Approximate quantities for major work items:

  • 18,500 square yards of Removal of Pavement, Asphalt
  • 3,370 cubic yards of Roadway Excavation
  • 2,900 ton of Roadway Aggregate, Method 2
  • 4,200 ton of Asphalt Concrete pavement, Type 1
  • 630 square yard of minor concrete Pavement, Reinforced
  • 1,540 linear feet of Curb, Concrete, 16-Inch Depth (Slotted)
  • 5,670 square yards of Sidewalk, Concrete
  • 34 Accessibility Ramps, Concrete

It is anticipated that this project will be advertised in September 2024 with construction occurring from November 2024 through December 2025.

The contracting range for this project is between $10 million and $20 million.

Overview

Response Deadline
July 5, 2024, 4:00 p.m. EDT Past Due
Posted
June 20, 2024, 12:59 p.m. EDT
Set Aside
None
Place of Performance
HI United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
13%
On 6/20/24 Central Federal Lands Highway Division issued Sources Sought 6982AF24SS0016 for HI FLAP CR562(1) Kilauea Point due 7/5/24. The opportunity was issued full & open with NAICS 237310 and PSC Y1LB.
Primary Contact
Name
Stephanie Navarro   Profile
Phone
None

Secondary Contact

Name
Ryan Phillips   Profile
Phone
None

Documents

Posted documents for Sources Sought 6982AF24SS0016

Opportunity Assistant


AI Analysis

Opportunity Lifecycle

Procurement notices related to Sources Sought 6982AF24SS0016

Incumbent or Similar Awards

Contracts Similar to Sources Sought 6982AF24SS0016

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 6982AF24SS0016

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 6982AF24SS0016

Experts for HI FLAP CR562(1) Kilauea Point

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL HIGHWAY ADMINISTRATION > 6982AF CENTRAL FEDERAL LANDS DIVISI
FPDS Organization Code
6925-00068
Source Organization Code
100173515
Last Updated
July 21, 2024
Last Updated By
ryan.d.phillips@dot.gov
Archive Date
July 20, 2024