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 June 17, 2025:
(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 $5 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 AZ FS 289(1) AZ NFSR 289 BRIDGE REPLACEMENT project in which you performed work in a national forest, national park, national monument and/or natural resource sensitive area. Experience in prefabricated steel bridge 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 System for Award Management (SAM) located at https://www.sam.gov/
Project Details: AZ FS 289(1) AZ NFSR 289 BRIDGE REPLACEMENT
The scope of the project includes reconstructing a portion of FR 289, removing the existing bridge, and constructing a new single-span bridge over Tonto Creek including new sidewalk and reconstruction of the Horton Springs Parking Lot. This project includes removal of the existing two-span bridge, including removal of the existing pier. The project also includes channel grading in Tonto Creek. The new roadway and bridge will be constructed East of the existing alignment (upstream of the existing bridge) to minimize impacts to public traffic.
PRINCIPAL WORK ITEMS:
- 20304-2000 Removal of Bridge: 1 LPSM
- 20401-0000 Roadway Excavation: 3,100 CUYD
- 20401-0000 Roadway Excavation (Channel Excavation): 500 CUYD
- 20441-0000 Waste: 2,300 SQFT
- 30202-2000 Roadway Aggregate, Method 2: 750 TON
- 40301-0100 Asphalt Concrete Pavement, Type 1: 535 TON
- 50101-2600 Minor Concrete Pavement, Plain, 6-Inch Depth, 180 SQYD
- 55201-0200 Structural Concrete, Class A (AE): 252 CUYD
- 55302-1100 Precast, Prestressed Concrete Box Beam, Type B2-48: 448 LNFT
- 55401-1000 Reinforcing Steel: 14,200 LB
- 55401-2000 Reinforcing Steel, Epoxy-Coated: 18,500 LB
- 55601-0900 Bridge Railing, Steel: 162 LNFT
- 62801-000 Temporary Stream Diversion: LPSM
ANTICIPATED SCHEDULE:
Advertisement – October 2025
Award – December 2025
Contract Completion – October 2026
Due to weather, no onsite work is anticipated between January and April 2026
ESTIMATED COST RANGE:
Total estimated cost between $2,000,000 and $5,000,000