Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

Z -- Rampart Range Road Maintenance - Rampart Range Road Maintenance

Notice Date
4/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
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-82BH-S-12-0017
 
Point of Contact
Angelina Sanchez, Phone: 7195531433, Toinette P Aranda, Phone: 7195531431
 
E-Mail Address
asanchez04@fs.fed.us, tparanda@fs.fed.us
(asanchez04@fs.fed.us, tparanda@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment V-FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Attachment IV-DOL Wage Determination Attachment III-Emergency Control-Fire Plan Attachment II-Map/drawings Attachment I-Statement of Work Schedule of Items This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-82BH-S-12-0017, Rampart Range Road Maintenance, and is a Request for Proposal. Proposals must reference solicitation number. Submit written offers only; oral offers will not be accepted. Pike & San Isabel National Forests intends to award a firm fixed-price contract IAW FAR 52.216-1 Type of Contract; for routine Road Maintenance on Forest Service Roads. NAICS code for this procurement is 237310, Highway, Street, & Bridge Construction, and the small business size standard is $33.5 million. BID SCHEDULE-See attached Schedule of Items DESCRIPTION OF WORK The intent of this contract is to furnish all material, equipment, transportation, supervision and labor necessary to provide approximately 61.142 miles of Level 3 Road Maintenance and erosion control on FR 300, five times at various locations; and FR 320, FR 321, FR 321.D, FR 321.E, FR 383, and FR 383.A, one time each. Some of the work involved in Level 3 Rd. Maintenance includes mobilization between roads, blading and shaping traveled way, cleaning all drainage structures, removal of obstructions, minor vegetation clearing, and removing or repairing slides/slumps. Location-detailed instructions within Statement of Work STATEMENT OF WORK-See attached No site visit will be held FAR 52.204-7 Central Contractor Registration (CCR) (APR 2008), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov or by calling 1-888-227-2423. A DUNS (Duns and Bradstreet) number is required in order to register. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008). The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offerors", Request for Proposals should be submitted and shall contain the following information: solicitation number; name; address; telephone number of offeror; price; any discount terms, response to non-price evaluation factors and acknowledgement of all and total amounts. An official authorized to bind the company must sign the proposal. Proposals may be submitted via mail or email. All Offerors must provide a complete copy of FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (MAY 2011), or the offeror must have completed their annual Representations and Certifications electronically at https://orca.bpn.gov. If the offeror has not completed ORCA on-line, a copy of FAR 52.212-3 must be submitted (attached). FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) applies to this acquisition and the specific evaluation criteria are: Price,Technical Capability, and Past Performance; when combined, are equal to Price. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) Provisions and Clauses applicable to this solicitation are listed below and incorporated by reference and may be accessed at the following website: http://www.arnet.gov/far FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2011) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2011); The following FAR clauses are applicable as listed in 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note) 52.219-6 Notice of Total Small Business Set Aside (JUN 2003) 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-15 Engergy Efficiency in Energy-Consuming Products (DEC 2007) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEP 2010) 52.225-1 Buy American Act-Supplies (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (OCT 2003) 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (DEC 2007) 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (NOV 2011) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.229-3 Federal, State, and Local Taxes (APR 2003) 52.232-1 Payments (APR 1984) 52.232-11 Extras (APR 1984) 52.232-23 Assignment of Claims (JAN 1986) 52.237-1 Site Visit (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.245-1 Government Property (AUG 2010) 52.249-8 Default (Fixed-Price Supply and Service) (APR 1984) AGAR 452.211-74 Period of Performance (FEB 1988) A Notice to Proceed is estimated to be issued on or about June 1, 2012 and the contractor shall complete all work within one hundred and eighty (180) days of the effective date of the Notice to Proceed. AGAR 452.215-73 Post Award Conference (NOV 1996) A post award conference with the successful offeror is required. It will be scheduled within 10 days after the date of contract award. The conference location, date, and time will be determined at a later date. AGAR 452.236-72 Use of Premises (NOV 1996) AGAR 452.237-75 Restrictions Against Disclosure (FEB 1988) Request for Proposal should be submitted and contain the following information: 1. Schedule of Items to include, unit prices, subtotals and total amounts. An official authorized to bind the company must sign the proposal. 2. A brief description of experience similar to the type of work required under this project. 3. Furnish a list of 3 projects of similar magnitude completed within the last 7 years. Include contracts with Government agencies and commercial customers. For each project provide the following: • Name of the project • Location of project • Administering POC's name, phone, email address • Total cost of the project • A brief narrative of the project PAGE LIMITATIONS • For past performance: one page per project. • For experience: do not to exceed two pages. • A page is defined as: one side of a sheet of paper containing information. When both sides of a sheet display printed material, it will be counted as two pages. • Provide loose leaf pages, no bonded pages. 4. A copy of FAR 52.212-3 Offerors Representations and Certifications-Commercial Items, or state the offeror has completed their annual Representations and Certifications electronically at https://orca.bpn.gov. Proposals may be submitted via mail or e-mail. Offerors must be registered in CCR in accordance to FAR 52.204-7 Offerors must be registered in ORCA in accordance to FAR 52.204.8. Offerors who fail to meet these requirements will not be considered for award. RESPONSE TIME: Request for Proposal will be accepted NO LATER THAN May 18, 2012, 12:00 (noon) MST. Submit or email to: USDA Forest Service Attn: Angelina Sanchez 2840 Kachina Drive Pueblo, CO 81008 E-Mail: asanchez04@fs.fed.us POC for this solicitation is Angelina Sanchez, 719-553-1433.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82BH-S-12-0017/listing.html)
 
Place of Performance
Address: El Paso and Teller Counties, Colorado, United States
 
Record
SN02724038-W 20120419/120417235317-771f1ee59b24a6614e34e72df65d403e (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.