Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2009 FBO #2937
SOURCES SOUGHT

Z -- Harbor Mountain Road Phase II Reconstruction

Notice Date
12/7/2009
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Forest Service - R-10 Tongass National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0116-S-10-0006
 
Archive Date
12/31/2010
 
Point of Contact
Sherman L Mayle, Phone: 9072286244, Stephen M. Patton, Phone: 907-228-6240
 
E-Mail Address
smayle@fs.fed.us, spatton@fs.fed.us
(smayle@fs.fed.us, spatton@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Harbor Mountain Road Phase II Reconstruction (a)The Forest Service contemplates conducting a two-phase design-build acquisition using the procedures of FAR Subpart 36.3 for the Harbor Mountain Road Phase II Reconstruction project from Mile Post 3.13 to the end of the road at MP 4.73 on the top of Harbor Mountain in Sitka on Baranof Island. This project is intended to provide for a fully designed, permitted, and constructed surfaced, single lane road with turnouts for 1.6 miles. Included in the design will be option items for construction of parking areas. The estimated magnitude of the project is between $1,500,000 and $2,500,000. (b)The Forest Service has completed the field survey of the existing road adequate to design needed alignment changes, and anticipates being able to make information from the field survey available to potential offerors. The Forest Service intends to conduct the two phases of the acquisition with a contract award to a single firm by September 1, 2010, if funded. Information to be provided will include: •Design criteria standards •Proposed borrow and waste disposal sites •Standard drawing format and typical drawings •Standard format for plan and profile drawings •Standard format for cross section drawings •Project Decision Notice (c) The Forest Service desires that firms interested in this project as a prime contractor identify themselves by the submission of a brief white paper. We ask for this paper to be submitted as an Adobe Acrobat (.pdf) attachment in an e-mail to Jack Oien (jkoien@fs.fed.us), with a cc to Sherman Mayle (smayle@fs.fed.us) by close of business on Monday, December 28, 2009. The white paper and any accompanying cover letter should be brief (no more than seven (7) pages), should not exceed 1MB in size, and should be written with the intent of helping the Forest Service craft its acquisition approach so we can enhance our ability to obtain the design and construction services at reasonable prices and with efficiency in contractor proposal preparation, proposal evaluation, negotiation, and contract award. The white paper should address the following topics: (1) The firm's name, address, DUNS number, and point of contact information; (2) The firm's size status, such as small business, small disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, or 8(a) contractor; (3) The firm's experience as a prime contractor in design-build acquisitions and as a prime contractor for work similar to this project; (4) Advice on whether the Forest Service should issue one solicitation covering both phases, or two solicitations in sequence; (5) Advice on the timetable that the acquisition should follow in order to provide for a contract award at the end of phase two by September 2010; (6) Advice on the phase one evaluation factors, including the level of design work the Forest Service should seek from competing contractors as part of the phase one effort; (7) Advice on the phase two evaluation factors; (8) Comments on the suitability of this project for use of the two-phase selection process; and (9) Other advice, recommendations, or cautions for the Forest Service as we consider a two-phase design-build acquisition approach for this project. (d) The Forest Service is not scheduling a pre-solicitation conference at this time. We hope all interested parties will share helpful information with us through the white papers requested above. The Forest Service has not yet made a definitive decision to issue a solicitation, and it has not made any definitive decisions regarding work scope, acquisition strategy, extent of competition, NAICS code, and so forth. The information we learn from the white papers will help us as we make these decisions. Other exchanges with industry may occur in the near future; this may include a pre-solicitation conference or one-on-one meetings with some or all white paper submitters. Your participation and assistance through the submission of a white paper is appreciated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-10-0006/listing.html)
 
Place of Performance
Address: Southeast Alaska, Sitka, Alaska, 99835, United States
Zip Code: 99835
 
Record
SN02017870-W 20091209/091207234258-52eb65df3085bad0b5870d7b610ccd4e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.