Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2014 FBO #4715
SOLICITATION NOTICE

Y -- CFLR Roads Decommission - Map of Project Roads

Notice Date
10/20/2014
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Okanogan-Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801, United States
 
ZIP Code
98801
 
Solicitation Number
AG-05GG-S-15-0001
 
Archive Date
4/15/2015
 
Point of Contact
Mariah R Morris, Phone: 509-664-9317, Lynn Tucker, Phone: 509-664-9234
 
E-Mail Address
mrmorris@fs.fed.us, ljtucker@fs.fed.us
(mrmorris@fs.fed.us, ljtucker@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Map of Project Roads The U.S. Forest Service, Okanogan-Wenatchee National Forest servicing Region 6 has a requirement for road decommissioning on the Naches Ranger District. It is anticipated a solicitation for the CFLR Roads Decommission Project will be issued during the winter of 2014-2015 with a reply due sometime in February or March of 2015. The work will include various forms of road closures and road decommissioning, and constructing structural improvements. The project will have a set of base items and a set of optional items may be awarded depending on funding availability. The project will consist of approximately 11 miles of road decommissioning or closure and 8.4 miles of structural improvements as the base items and up to an additional 16.6 miles of decommissioning/storage work and an additional 32.9 miles of structural improvements may be awarded as optional items. The decommissioning work will consist of stabilizing the road using a variety of methods of treatments including scarification to a 6" depth, decommission method 1 - full recontouring, method 2 - partial re-contouring, and method 3 - "excavation munching." Work will also include installing waterbars and berms, removing culverts, re-establishing drainage patterns, and seeding and mulching with weed free straw. The road structural improvements work will consist of a variety of the following work items: upsizing culverts, installing drivable dips, installing drain sags, installing rocked fords, constructing permeable fill, spot rocking, and re-establishing drainage ditches. Map of project roads is attached. Contractors are encouraged to view roads to confirm conditions before snowfall, as solicitation and review of proposals will likely occur in February or March of 2015 when access is limited. Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, incidental supplies necessary to perform all work described in accordance with drawings and specifications of the contract. Contractor will be paid for actual work performed. The Contractor shall utilize products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, and are made from bio based materials (e.g. insulating foam, composite panels, concrete with fly ash, wood and concrete sealers) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered. The Contractor shall assume all risk, loss, damage, or expense arising out of prosecution of the work, except as otherwise provided in the contract. Award will be made in sufficient time for planning and preparation with on-site work to start on or after June of 2015 depending on weather conditions. Normal operating season is June to October. It is anticipated project completion will be October 31, 2015. A firm-fixed price contract is contemplated requiring submission of both technical proposal and business proposal. Award will be made to the offeror whose proposal offers the best value to the Government. The estimated construction range of magnitude for this project is between $250,000 and $500,000. This acquisition is determined to be under the Small Business Competitiveness Demonstration Program and posted for 100% small business set aside. Contractors are required to be registered with System for Award Management (SAM). The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The solicitation with specifications and wage rates will be posted to the https://www.fbo.gov/ website sometime in January or February 2015. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Proposal package and any applicable amendments, offerors must download them from the https://www.fbo.gov/ website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05GG/AG-05GG-S-15-0001/listing.html)
 
Place of Performance
Address: Naches Ranger District, Naches, Washington, 98937, United States
Zip Code: 98937
 
Record
SN03554017-W 20141022/141020234223-ec3ae750d2ac4db9d49291e59e11fb92 (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.