WY FLAP NAT 505 & BL 6409(1) Casper Mtn Cir Dr & Muddy Mtn Rd
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Apr 10, 2023 12:04 pm MDT
- Original Response Date: Apr 26, 2023 02:00 pm MDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1LB - CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
- NAICS Code:
- 237310 - Highway, Street, and Bridge Construction
- Place of Performance: Casper , WYUSA
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. Interested businesses must submit the following by e-mail to CFLAcquisitions@dot.gov (Attn: Leslie Karsten) for receipt by close of business (2 p.m. local Denver time) on April 26, 2023:
(1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor;
(2) A list of all confirmed socioeconomic categories (i.e., 8(a), small disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, EDWOSB, or WOSB status) that apply to your business;
(3) A letter from a 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 road construction projects of equal or greater value and scope to the WY FLAP NAT 505 & BL 6409(1) Casper Mtn Cir Dr & Muddy Mtn Rd project in which you performed aggregate surface course, roadway aggregate method 2, asphalt concrete pavement, cleaning culvert in place, installation of snow fence, bollard posts, subexcavation, paved waterway, and full depth reclamation. 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 System for Award Management (SAM) located at https://www.sam.gov/
PROJECT NUMBER: WY FLAP NAT 505 & BL 6409(1)
PROJECT NAME: Casper Mtn Cir Dr & Muddy Mtn Rd
PROJECT DESCRIPTION:
Minor widening/reconstruction and resurfacing, restoration, and rehabilitation (3R) project in Natrona County, Wyoming (approximately 8 miles south of Casper, Wyoming). The proposed project is 12 miles long, generally extending from the intersection of Casper Mountain Circle Drive and Hogadon Road to South Circle Drive, and then continues along Muddy Mountain Road and ends at the Bureau of Land Management (BLM) Campground Loop. The route is used primarily as residential and recreational access to Muddy Mountain and is on rolling terrain with survey elevations ranging from 7,425 feet to 8,292 feet.
Proposed improvements include one base schedule and 2 options:
• Schedule A: BLM Muddy Mountain Road improvements
• Option X: County Casper Mountain Circle Drive improvements (S-Curve and new pavement portion)
• Option Y: County Casper Mountain Circle Drive improvements (Full Depth Reclamation [FDR])
SCOPE OF THE WORK:
Both the Schedule and Options require coordination with the County and BLM during construction activities. Casper Mountain Circle Drive provides access to many private residences and Muddy Mountain Road provides access to campgrounds.
Schedule A:
Muddy Mountain Road is approximately 7.49 miles in length and is aggregate surfaced. The project improvements will rehabilitate and resurface the 4.55 miles of two-lane road and 2.83 miles of single lane aggregate surfaced roads. There are two segments of Muddy Mountain Road consisting of steep grades where new pavement is proposed. There will be four new parking areas, with two of the areas modifying existing parking areas. Additionally, there is a snow fence that will be replaced.
Option X:
The Casper Mountain Circle Drive segment is 2.33 miles are aggregate surfaced with proposed new pavement. The new typical section will consist of 11-foot lanes and 1-foot shoulders. Additional improvements include curve widening of an S-curve area, reconditioning ditches, adding culverts, and pavement markings and delineators.
Option Y:
Casper Mountain Circle Drive is approximately 2.65 miles of existing pavement is fatigued and nearing the end of its serviceable life with proposed FDR. Additional improvements include sub excavation, reconditioning ditches, adding culverts, and pavement markings and delineators.
PRINCIPAL WORK ITEMS:
Schedule A:
Pay Item Description Quantity
30110-0000 AGGREGATE SURFACE COURSE 27,800 tons
30202-2000 ROADWAY AGGREGATE, METHOD 2 4,300 tons
40101-5600 ASPHALT CONCRETE PAVEMENT, GYRATORY MIX, 1/2-INCH OR 3/4-INCH NOMINAL MAXIMUM SIZE AGGREGATE, 0.3 TO <3 MILLION ESAL 2,100 tons
60704-0000 CLEANING CULVERT IN PLACE 72 each
61901-0000 FENCE (SNOW FENCE) 900 linear feet
61904-0000 BOLLARD POST 297 each
Option X:
Pay Item Description Quantity
20402-0000 SUBEXCAVATION 200 cubic yards
30110-0000 AGGREGATE SURFACE COURSE 13,000tons
40101-5600 ASPHALT CONCRETE PAVEMENT, GYRATORY MIX, 1/2-INCH OR 3/4-INCH NOMINAL MAXIMUM SIZE AGGREGATE, 0.3 TO <3 MILLION ESAL 6,700 tons
60802-0400 PAVED WATERWAY, TYPE 4 1,300 linear feet
Option Y:
Pay Item Description Quantity
20402-0000 SUBEXCAVATION 1,100 cubic yards
30202-2000 ROADWAY AGGREGATE, METHOD 2 2,700 tons
30401-5500 FULL DEPTH RECLAMATION, METHOD 2, 8-INCH DEPTH 2.400 mile
40101-5600 ASPHALT CONCRETE PAVEMENT, GYRATORY MIX, 1/2-INCH OR 3/4-INCH NOMINAL MAXIMUM SIZE AGGREGATE, 0.3 TO <3 MILLION ESAL 6,100 tons
It is anticipated this project will be advertised in September 2023, and awarded in November 2023. Construction will run from May 2024 thru September 2024. Due to weather restrictions, the site is not accessible from November to May.
The estimated price range of the project work is between $10 million and $20 million.
Attachments/Links
Contact Information
Contracting Office Address
- 12300 W. DAKOTA AVE
- LAKEWOOD , CO 80228
- USA
Primary Point of Contact
- Leslie Karsten
- CFLAcquisitions@dot.gov
Secondary Point of Contact
History
- Sep 25, 2023 09:33 am MDTPresolicitation (Original)
- May 11, 2023 09:59 pm MDTSources Sought (Original)