SOLICITATION NOTICE
Z -- Line Fire BAER and Suppression Repair
- Notice Date
- 5/29/2025 8:42:01 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USDA-FS, CSA SOUTHWEST 6 Albuquerque NM 871023498 USA
- ZIP Code
- 871023498
- Solicitation Number
- 127EAW25R0031
- Response Due
- 6/13/2025 10:00:00 AM
- Archive Date
- 06/28/2025
- Point of Contact
- G. Jeremy Staggs, Phone: 2814821968
- E-Mail Address
-
george.staggs@usda.gov
(george.staggs@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SCOPE OF CONTRACT: The purpose of this project is to replace guardrail burned by the Line Fire and to replace and repair overside drains that were damaged during Line Fire suppression efforts on the San Bernardino National Forest, Front Country and Mountaintop Ranger Districts. This contract provides for the equipment, labor, and services necessary to perform work ordered by the Government for installing 205 feet of guardrail, installing and removing 21 corrugated metal spillways, and resetting 3 corrugated metal spillways in compliance with the terms, specifications, drawings and provisions of this contract. Locations of work will be directed by the Forest Service. The contractor shall provide all labor, materials, equipment, permits, testing, incidentals, and supervision to perform the requirements of this SOW and associated task order award. This project task order contract shall include the terms and conditions of the base IDIQ contract and supplemented by any project-specific requirements/attachments. Existing contract clauses may be supplemented and new contract clauses may be added. All work will be performed in accordance with contract and applicable regulatory requirements. PROJECT LOCATION: The project location is in multiple locations on the Front Country and Mountaintop Ranger Districts. The terrain can be relatively flat in a few areas and moderately hilly and steep in others. Soil conditions vary as well, from soft and sandy to compacted and extremely rocky. PERIOD OF PERFORMANCE: Projected start date: June 18, 2025. Time for completion: 105 calendar days from the issuance of the �Notice to Proceed�. REQUIREMENTS: The Contractor shall furnish the necessary personnel, material, equipment, services, and facilities to perform the Statement of Work/Specifications referenced below. The Contractor shall minimize mechanical activity during rainy periods and the CO may shut down the operation if excessive soil disturbance and/or erosion problems occur. The Contractor shall repair all associated damage on established roads, adjacent vegetation or other improvements caused by their operations or equipment prior to partial or final payment. The Contractor shall provide technical submittals for all materials that may be furnished on this project for Forest Service review and approval prior to installation. The Contractor shall dispose of all project related trash and debris off of Forest lands prior to final payment. The Contractor is responsible for contacting the Forest dispatch center to obtain the fire predicted Project Activity Level (PAL) each day and restrict their work accordingly. The Contractor shall adhere to the pertinent requirements addressed in the Fire Plan. Fire Plan restrictions may require work to cease at 1:00 pm or not be initiated at all on a high fire activity (PAL) day. The Contractor is responsible for traffic control and equipment staging requirements in work areas when working on National Forest System Lands. The Contractor shall provide clean equipment for the project prior to driving on Forest and between project areas to prevent the introduction of invasive weeds to the Forest. SPECIFICATIONS: A.FHWA Standard Specification 2024 B.Forest Service Supplemental Specifications [FSSS]. Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-24. U.S. Customary Units and Forest Service Supplemental Specifications (FSSS). FP-14 and Caltrans Specs where applicable. Electronic copy can be downloaded at: https://highways.dot.gov/federal-lands/specs/fp-24 The following standard Forest Service specifications are included as a part of this contract: �840-2 Install �840-2a 18 Inch Detail San Bernardino National Forest maps are also available to assist in locating the individual roads and can be purchased at the Supervisor�s Office. IAW FAR 36.204, disclosed magnitude of construction cost is between $25,000 and $100,000. NAICS CODE: 237310, Highway Street Bridge Construction, $45M SOLICITATION NO. 127EAW25R0031 DAVIS-BACON WAGES APPLY BONDS ARE REQUIRED FOR PROJECTS WITH A VALUE OF $35,000.00 AND ABOVE
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3e63f330b96a4b969d3efede35be1ab5/view)
- Place of Performance
- Address: Big Bear City, CA 92314, USA
- Zip Code: 92314
- Country: USA
- Zip Code: 92314
- Record
- SN07459607-F 20250531/250529230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |