Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
MODIFICATION

Y -- Homestake Bridge Replacement

Notice Date
11/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AG-82X9-S-11-0008
 
Point of Contact
Richard W. Mizell, Phone: 970-945-3249
 
E-Mail Address
rwmizell@fs.fed.us
(rwmizell@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT ONE CHANGES THE PRE-SOLICITATION AND SOLICITATION NUMBER FOR THE HOMESTAKE BRIDGE REPLACEMENT PROJECT TO AG-82X9-S-11-0013. This amendment is being issued to clarify the solicitation number for this project for potential offerors. This sources sought notice was due November 16, 2010. There is no extension on this date. All other details of this notice remain unchanged. This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATIONFOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The White River National Forest in Glenwood Springs, Colorado anticipates soliciting for and awarding a project for bridge construction at the Homestake Creek Bridge Crossing on the Eagle/Holy Cross District of the White River National Forest. The Contractor shall provide all plant, supervision, management, quality control, labor, tools, equipment, appliances, and materials and perform all work necessary to construct the bridge and to complete stream bank restoration. This contract will install a single-span bridge on National Forest System Road (NFSR) 703 at the location and alignment of the current Homestake Creek Bridge Crossing on the Eagle/Holy Cross District of the White River National Forest. Work will include, but not be limited to: excavation; structural excavation; removal and disposal of existing two-span timber bridge, abutments, and pier; supply, installation, and removal of a temporary bridge (length to be determined) and approaches immediately adjacent to the existing bridge; complete all required construction staking; supply and construct two concrete-capped driven pile foundations; supply, mobilization, construction, and installation of a single-span modular weathering steel superstructure with painted ends (approximately 90'-110' length by 20'-24' width - actual dimensions to be determined by final design), running surface of full-width timber planks or glulam panels, curb, and guardrail; approach and approach guardrail construction; streambank restoration; erosion control measures; traffic control; and additional features and work TO BE SHOWN IN THE CONTRACT PLANS AND GENERAL/SPECIAL PROJECT SPECIFICATIONS. The project is anticipated to begin no later than 17 January 2011 with an anticipated completion date of no later than 01 April 2011. The project area receives significant amounts of snowfall during the anticipated period of performance for this project with an average snowfall depth of 32 to 90 inches from January to March. A formal site visit will be announced at a later date. The proposed project will be a firm-fixed price contract. The estimated magnitude of this contract is between $250,000.00 and $500,000.00 thousand dollars. Duration of project is 74 days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237310/33.5M. Small Business Size Standard for this acquisition is $33.5 million. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Award will be based on "Lowest Price Technically Acceptable" to the Government. Anticipated solicitation issuance date is on or about 08 December 2010, and the estimated proposal due date will be on or about 07 January 2011. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 22 November 2010. Offeror's response to this Synopsis shall be limited to 5 pages and shall include the following information: Offeror's name, address, point of contact, phone number, and e-mail address. Offeror's interest in bidding on the solicitation when it is issued. Offeror's capability to meet design personnel requirements. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute construction, comparable work performed within the past 5 years including a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) -provide at least 2 examples. Offeror's type of small business and Business Size (i.e. whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a)). Offeror's Joint Venture information if applicable (both existing and potential). Offeror's Bonding Capability (i.e. construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Offerors shall respond to this Sources Sought Synopsis no later than 4:00 PM (MST) 16 November 2010. All interested contractors must be registered in Central Contractor's Registry (CCR) to be eligible for award of Government contracts. Mail, fax, or email your response Mr. Richard Mizell, Contract Specialist, White River National Forest, 900 Grand Avenue, Glenwood Springs, CO, 80916-3602, FAX Number: (970) 945-3286, Email address: rwmizell@fs.fed.us. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources sought notice at www.fbo.gov. Any questions related to this notice shall be submitted in writing to the points of contact listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82X9-S-11-0008/listing.html)
 
Place of Performance
Address: White River National Forest, 900 Grand Avenue, Glenwood Springs, Colorado, 80916-3602, United States
Zip Code: 80916-3602
 
Record
SN02334459-W 20101201/101129233901-a52a61667c36a57ac7282fead8c98860 (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.