Skip to main content

An official website of the United States government

You have 2 new alerts

KS FLAP MIA 253(1) Hillsdale Lake Access

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: Jan 04, 2024 05:08 pm MST
  • Original Response Date: Jan 18, 2024 02:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 08, 2024
  • 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:
    Paola , KS 66071
    USA

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:  Stephanie Navarro) for receipt by close of business (2 p.m. local Denver time) on January 18, 2024: 

(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 $2 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 KS FLAP MIA 253(1) Hillsdale Lake Access project in which you performed as prime contractor construction phasing, temporary traffic control, and timely completion of construction is required. 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 Details: KS FLAP MIA 253(1) Hillsdale Lake Access

The project scope includes the widening, rehabilitation, and asphalt overlay of 253rd Street and Orleans Road to improve safety and pavement conditions as well as to better public access to the reservoir area. The project includes grading, drainage improvements, placement of roadway aggregate base, hot asphalt overlay, signing, striping, and other safety-related features necessary to meet current design practices.

Improvements will begin at W 253rd Street at the intersection of Harmony Road and proceeds west and north for approximately 0.75 miles and ends at the paved portion of Orleans Road.

PRINCIPAL WORK ITEMS:

  • Roadway aggregate, Method 2, 450 TON
  • Roadway Reconditioning, 1 MILE
  • Asphalt Concrete Pavement, Type 1, 2,800 TON
  • Prime Coat, Method 1, 9,500 SQ YD
  • Asphalt Pavement Milling, 2inch depth, 1,500 SQ YD
  • Cleaning Culvert in Place, 4 EACH
  • Guardrail Systems MGS, Type 2, Class A Wood Posts, 125 LNFT
  • Terminal Section, Type MGS Tangent, 4 EACH
  • Placing Conserved Topsoil, 3 inch depth, 4,600 SQ YD
  • Pavement Markings, Type D, Solid, 15,000 LNFT
  • Clearing and Grubbing, 2.05 ACRE

It is anticipated this project will be advertised in March 2024 and be under construction in May of 2024.  The project has an estimated completion date of October 2024.

The estimated price range of the project work is between $700,000 and $2,000,000.

Contact Information

Contracting Office Address

  • 12300 W. DAKOTA AVE
  • LAKEWOOD , CO 80228
  • USA

Primary Point of Contact

Secondary Point of Contact

History