Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOLICITATION NOTICE

Z -- RECOVERY Blacktail Restoration Project, Nez Perce National Forest - Additional Information

Notice Date
4/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Agriculture, Forest Service, EROC Intermountain, 740 Simms Street, Golden, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
AG-82B1-S-10-0340
 
Archive Date
5/15/2010
 
Point of Contact
Don E Graham, Phone: 3032755776
 
E-Mail Address
DEGraham02@fs.fed.us
(DEGraham02@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment C Wage Determination Attachment B Plans and Drawings Attachment A Specifications Schedule, Terms and Conditions, Requirements RECOVERY (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for proposal (RFP). Submit written proposals on RFQ Number AG-82B1-S-10-0340. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 237310-Highway, street and bridge construction The small business size standard is $33.5M. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: Road 202 Resurfacing Project Schedule of Items: See attachment (Schedule, Terms and Conditions, Requirements) (VI) Detailed description of requirements is included in attached statement of work and exhibits. The following is a general description of the services to be performed: RECOVERY Blacktail Restoration Project, Nez Perce National Forest. The project consists of road obliteration by recontouring and decompacting, as well as soil restoration on the Clearwater Ranger District. Work includes surface decompaction and restoring natural slopes on features such as roads, skid trails, excavated skid roads and log landings. Work also includes seeding, fertilizing and applying straw mulch or available slash on disturbed soil, and spot-construction of drainage ditch to drain wet areas. PROJECT LOCATION: From Grangeville, Idaho--The project area is located approximately 11 miles north on State Hwy 13, then approximately 7 miles south-southeast on Forest Road 244 (Lightning Creek). The main roads accessing the features to be treated are Forest Roads 244, 337 (Green Cr Point) 337A (Wall Point), 1104 (Green Creek) and 1106 (Sears Creek). There is no pre-bid/pre-conference scheduled for this effort. Questions regarding the project may be directed to Joseph Bonn, Nez Perce National Forest, 208-983-1950. STANDARD SPECIFICATIONS FOR CONSTRUCTION OF ROADS AND BRIDGES ON FEDERAL HIGHWAY PROJECTS FP-03 U.S. Customary Units (U.S. DEPARTMENT OF TRANSPORTATION, Federal Highway Administration) (2003) Standard Specifications for Construction of Roads & Bridges on Federal Highway Projects (FP-03) are included by reference only. The requirements contained in these Standard Specifications are hereby made a part of this solicitation and any resultant contract. Copies of the Standard Specifications for Construction of Roads & Bridges on Federal Highway Projects (FP-03) are available in PDF format on the Western Federal Lands Highway Division website at www.wfl.fha.dot.gov/design/specs/fp03.htm. (VII) Date(s) and place(s) of delivery and acceptance: (a) Project Location:. Nez Perce National Forest. (b) Start Work. It is estimated that work will begin on or about August 1, 2010. (c) Period of Performance. EST: 1 August 2010 – 30 October 2010 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) Offers will be evaluated on a Lowest Price Technically Acceptable basis. Determination of Technically Acceptable will be based on the following evaluation: (1) Record of past performance of the firm, supervisor, and employees: List and briefly describe previous contracts of a similar nature completed within the last 5 years, and supply names and current phone numbers of those contacts. We will assess your history of giving customer satisfaction and performing quality and timely work. (2) Production Schedule (work plan): Address who, what, where, when and how you plan to do the work, from beginning to end. Include both overall time frame and time frames for each phase of construction. Include erosion control measures and safety for employees and traffic. Briefly summarize any proposed changes to the plans or specifications that would prove beneficial from a cost or technical standpoint and provide at least equal performance and appearance. Acceptable proposals will show ability to complete the project within the time frames specified, or sooner. (3) Experience and qualifications of the supervisor, lead employees, and proposed subcontractors: For each, list relevant licenses, certifications and experience in the type of work to be done under this contract. If none, list similar projects where experience could be applied to this kind of job and briefly explain how the experience relates to the type of work to be done under this contract. Acceptable proposals will show supervisor, lead employees, and proposed subcontractors with sufficient qualifications and experience in similar work to provide expectations of satisfactory and efficient completion of the work. The Government may waive minor informalities or irregularities in offers received, or elect to not award at all. The Government intends to award without discussions, therefore the initial offer should be your best offer to the Government. If necessary, the Government may conduct discussions with any or all of offerors. To be considered for award offers are required to submit a completed Schedule of Items, acknowledgement of all amendments, completed Reps and Certs and provide a technical proposal that addresses the criteria listed above in paragraph (IX). (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2009), with its quote or complete the Representations and Certifications on line at HTTP://ORCA.BPN.GOV. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2009) applies to this acquisition. The following clauses under subparagraph (b) apply:2, 3, 4,8i, 19, 20, 21, 22, 23,24 and 25. The following clauses under subparagraph (c) apply: 1 This solicitation is issued under the American Recovery and Reinvestment Act and all requirements of the Act apply. (XIII) The following additional clauses are also applicable to this acquisition: 52.215-2 Alternate I, 52.225-21, 52.225-23, 52.244-6 (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 2:00 P.M. MT on April 30, 2010. All quotes must be mailed to USDA Forest Service - Intermountain EROC, 740 Simms St. Lakewood, CO 80401. Proposals may be on the Offerors letterhead and must state the solicitation number (AG-82B1-S-10-0340) on the cover page. FAXED OFFERS WILL NOT BE ACCEPTED. Be sure to include the information requested in (VIII) above as well as the information provided in the addendum with your proposal. (XVI) Any questions regarding this solicitation should be directed to Don Graham at DEGraham02@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/576439c46da756faa415fc644bd96f0e)
 
Place of Performance
Address: Nez Perce National Forest, Grangeville, Idaho, 83530, United States
Zip Code: 83530
 
Record
SN02123441-W 20100417/100415235503-576439c46da756faa415fc644bd96f0e (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.