Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
MODIFICATION

Z -- BUFF - Road Maintenance to Gravel Road

Notice Date
8/9/2017
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NPS, MWR - Missouri MABO 413 S. 8th Street Springfield IL 62701 US
 
ZIP Code
00000
 
Solicitation Number
P17PS01418
 
Response Due
8/31/2017
 
Archive Date
9/15/2017
 
Point of Contact
Logsdon, Kathryn
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
AMENDMENT 0001 (issued 8/09/2017) TO PRESOLICITATION NOTICE. The purpose of this Amendment is to provide additional information regarding this project. 1) SITE VISIT INFORMATION: The date, time and location of the scheduled site visit for this project. DATE: Tuesday, August 15, 2017 TIME: 12:00 p.m. central time LOCATION: Tyler Bend Maintenance Yard 170 Ranger Road St. Joe AR 72675 DIRECTIONS TO THE SITE: When traveling south on Hwy 65: From St. Joe, AR, travel approx. 5 1/2 miles and take a right onto Tyler Bend Road (this road is also marked with a Tyler Bend Campground Entrance sign). You will then travel approximately.2 to.3 miles and then take a left into the Tyler Bend Maintenance Yard. Site visit will begin at the Maintenance Building where the Contracting Officer will provide a pre-quote brief to the participants. 2) SOLICITATION: The Request for Quote and solicitation documents will be posted on or about August 11, 2017. 3) RESPONSE/CLOSING OF SOLICITATION: The response/closing date and time for receipt of all quotations will be Thursday, August 31, 2017 at 3:00 p.m. central time. PRESOLICITATION NOTICE for Request for Quote No. P17PS01418 Roads Repair / Grading Project, Buffalo National River, Harrison, Arkansas DESCRIPTION: On or about August 11, 2017, the National Park Service (NPS), Midwest Region, Missouri Major Acquisition Buying Office, intends to issue a Request for Quotation (RFQ) P17PS01418 to solicit quotations for performing road grading and repair of dirt road surfaces along Buffalo National River, Harrison, Arkansas 72601. 1. The work will consist of the Contractor, in accordance with local, state, and federal regulations, and the terms and conditions of the solicitation/contract, providing all labor, supervision, materials, tools, equipment, supplies, transportation, vehicles, licenses, certifications, permits, and other items, services and incidentals necessary to perform road grading and repair of dirt road surfaces along Buffalo National River, Harrison, Arkansas 72601. The roads are primarily a hard packed clay with remnants of SB2 base gravel and native sandstone. 2. Locations / Roads. The roads are located in four (4) separate areas near the St. Joe, AR area. The road locations are as follows: a. Woolum - The dirt road is located approximately 32 miles south of Harrison, AR off Hwy 374. The road work will be performed on Searcy 14 road beginning at the park boundary marker. Distance of section to be worked is approximately 2.3 miles. b. Bakers Ford - The dirt road is located approximately 29 miles south of Harrison, AR off Hwy 374. The road work will be performed on Searcy 18 road beginning at the park boundary marker. Distance of section to be worked is approximately 0.5 miles. c. Mt. Hersey - The dirt road is located approximately 23 miles south of Harrison, AR off Hwy 65. The road work will be performed on Searcy 21 road beginning at the park boundary marker. Distance of section to be worked is approximately 1.0 mile. d. Shine Eye - The dirt road is located approximately 30 miles south of Harrison, AR off Hwy 65. The road work will be performed on Shine Eye Rd. beginning at the park boundary marker. Distance of section to be worked is approximately 1.0 mile. 3. Each road to be bladed shall receive a sufficient number of passes to accomplish the following work: a. All ditches shall be pulled and maintained. b. All ruts, potholes and corrugations, shall be removed from the roadbed by scarifying or other approved method. c. All aggregate and other suitable material located on or in fill slopes, berms, ditch inslopes and/or ditch bottoms, shall be reclaimed and spread on the roadbed. d. When grading, a minimum of three passes shall be made. In areas where the road is in very bad condition or in areas of significant rutting, additional passes may be required. e. All aggregate and suitable material(s) collected from the blading, shall be uniformly mixed and distributed over the entire roadbed. This material shall be worked until a proper outslope or crown, as conditions warrant, is established so that water cannot collect or pond on the surface. This shall include shaping to prevent water from running down the length of the road. f. Suitable material shall be placed over any solidly embedded rock so that no rock is protruding more than 3 inches above the graded roadbed surface. This requirement does not apply if suitable material is not within 100 feet of the embedded rock. g. All existing drainage dips, swales and other obvious drainage structures in the roadbed, shall be maintained to control surface drainage. The road will be crowned to a minimum federal highways standard. h. All road surfaces will be covered with a minimum of 3 inches of new base once all maintenance grading has been completed. The base will be made up of a modified SB2 and clay mixture. The base should contain at between 60 and 70 percent SB2 with the remaining clay. i. All culverts will be inspected and any deemed not suitable for water drainage will be replaced. The project will call for no more than three (3) to be replaced. 4. No undercutting at roadbed edges will be allowed. 5. NO BERMS SHALL BE LEFT ON EITHER SIDE OF THE ROAD. 6. Loose rocks 3 inches or more in diameter, on the surface or protruding above the surface more than 3 inches shall be removed from the roadbed. These rocks can be wasted on the fill slope. This often requires handwork. 7. Roadbed width shall NOT be changed as a result of grading operations. 8. All bridge surfaces and low water structures shall be cleared of all debris and loose surface materials. This often requires handwork. 9. The road will contain small washouts and potholes where fill will be needed. The government will supply all fill and haul to site as requested by the Contractor. 10. All work required by the project documents, which will be posted with the solicitation, will be accomplished by the Contractor even though ancillary items/services required may not be specifically mentioned. TYPE OF CONTRACT: This will be a single firm-fixed price construction contract and expected to be awarded early- to mid-September timeframe. Award will be made to only one successful quoter. Davis Bacon Prevailing Wages will apply. PERIOD OF PERFORMANCE: The period of performance will be forty-five (45) calendar days from the date the Notice to Proceed is issued by the Contracting Officer and received by the Contractor. The period of performance also includes final government inspection, completion of punch list items, and final cleanup by Contractor of the contract site. MAGNITUDE OF PROJECT: Between $25,000 and $100,000. NAICS CODE: The North American Industry Classification System (NAICS) Code assigned to this solicitation / procurement is 237310. SMALL BUSINESS SIZE STANDARD: $36.5 million. SET ASIDE: This opportunity is set aside for Service Disabled Veteran-Owned Small Business (SDVOSB) concerns. The Veterans Benefit Act of 2003 (15 U.S.C. 657f) created the procurement program for small business concerns owned and controlled by service-disabled veterans, commonly referred to as the "Service-disabled Veteran-owned Small Business (SDVOSB) Procurement Program". Pursuant to FAR Subpart 19.1403(b), at the time that a service-disabled veteran-owned small business concern submits its quote, it must represent to the contracting officer that it is a - (1) Service-disabled veteran-owned small business concern; and (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the procurement. Also note the contract performance cost for personnel as stated in FAR 52.219-27(d)(4). "(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns." SITE VISIT: There will be only one scheduled pre-quotation site visit as follows. DATE: Tuesday, August 15, 2017 TIME: 12:00 p.m. central time LOCATION: Tyler Bend Maintenance Yard 170 Ranger Road St. Joe AR 72675 DIRECTIONS TO THE SITE: When traveling south on Hwy 65: From St. Joe, AR, travel approx. 5 1/2 miles and take a right onto Tyler Bend Road (this road is also marked with a Tyler Bend Campground Entrance sign). You will then travel approximately.2 to.3 miles and then take a left into the Tyler Bend Maintenance Yard. Site visit will begin at the Maintenance Building where the Contracting Officer will provide a pre-quote brief to the participants. Quoters are encouraged and expected to attend the scheduled site visit, to inspect the site, make verification of field dimensions, and to satisfy themselves regarding the conditions that may affect the cost of the products and performance. In no event shall failure to inspect and verify the site constitute grounds for a claim after contract award. PUBLICIZING: The official solicitation package (RFQ) is anticipated to be issued and available on or about August 11, 2017 and will be posted to the Federal Business Opportunities (FBO) website at https://www.fbo.gov, and on the FedConnect website at https://www.fedconnect.net. The keyword/solicitation/reference number for the solicitation will be P17PS01418. The Contracting Officer will not provide hardcopies or email copies of the solicitation. It is the responsibility of the quoters to monitor the FBO and FedConnect websites to download the solicitation, specifications, attachments, exhibits and all amendments issued against the solicitation. This Presolicitation Notice does not constitute a solicitation; it is only advance notification that a solicitation for quotes will be forthcoming. All solicitation documents, along with the method in which quotations are to be submitted and the criteria used to evaluate quotes shall be included in the forthcoming solicitation. RESPONSE TIME AND AWARD: Response/closing time for submission of all quotations is Thursday, August 31, 2017 at 3:00 p.m. central time. Quotations are to be submitted by e-mail so they are received by the Contracting Officer no later than that date and time. Quotes are to be submitted via e-mail to e-mail address: kathryn_logsdon@nps.gov. The criteria used to evaluate quotes for contract award will be published in the forthcoming solicitation. REGISTRATION: All quoters are to have a Unique Entity Identifier* (UEI) number, be registered and active in the System for Award Management (SAM) at https://www.sam.gov, have completed their Representations and Certifications (Reps & Certs) and be represented as a small business under the NAICS Code of 237310, in order to be awarded a contract; therefore, if you are not already registered and active in SAM, or have not completed your Representations and Certifications at https://www.sam.gov, it is strongly advised that you do so at this time. Failure on the part of the successful quoter to fulfill these requirements by the time the Contracting Officer makes award may result in award of the contract being made to the next otherwise successful quoter. *NOTE: Unique Entity Identifier (UEI) number - formerly known as DUNS number. If you require assistance with acquiring a UEI* number, completing your SAM Registration, Representations and Certifications, adding the assigned NAICS Code to your Reps & Certs, or accessing the solicitation and its attachments, please contact the Procurement Technical Assistance Center (PTAC) closest to you. PTAC locations can be found at http://www.aptac-us.org/new/. POINT OF CONTACT: The point of contact for this Presolicitation Notice is Kathryn M. Logsdon, Contracting Officer, and can be reached by phone at (217) 391-3225, or by e-mail at kathryn_logsdon@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01418/listing.html)
 
Place of Performance
Address: Buffalo National River Harrison AR 72601 USA
Zip Code: 72601
 
Record
SN04619805-W 20170811/170809231825-8983402aae27f28f91856da59d466e89 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.