Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 22, 2025 SAM #8609
SOLICITATION NOTICE

Y -- Lovell Well Construction Project

Notice Date
6/20/2025 9:25:45 AM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USDA-FS, CSA INTERMOUNTAIN 8 Ogden UT 844012310 USA
 
ZIP Code
844012310
 
Solicitation Number
1240LT25R0022
 
Response Due
8/7/2025 11:00:00 AM
 
Archive Date
08/22/2025
 
Point of Contact
Tony Taylor - Contract Specialist
 
E-Mail Address
tony.taylor@usda.gov
(tony.taylor@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a PRESOLICITATION announcement. The solicitation is anticipated to be posted to Contract Opportunities on SAM.gov on or around July 7 , 2025. No responses are required at this time. SCOPE OF CONTRACT A. This project includes drilling a new potable water well at Mountain Springs on the Spring Mountains National Recreation Area on the Humboldt-Toiyabe National Forest. The project is identified in the schedule of items. The drawings and specifications provide more definition of the work required under each work item. B. The work includes mobilization, well drilling, well casing, concrete grout, well screen, well accessories, developing well, well performance testing, and water analysis. Permits are considered incidental and will not be paid for separately. C. Optional work that may be awarded includes all work described above associated with: Optional Item #332100-10: Abandonment of Well (See Schedule of Items). D. Quantities associated with these options are identified in the Schedule of Items. PROJECT LOCATION The project is located in the Spring Mountains National Recreation Area of the Humboldt-Toiyabe National Forest, Clark County, Nevada, in T22S, R58E, 21. It is located approximately 21 miles west of Las Vegas, NV and 15 miles south of Pahrump, NV. The project may be accessed from State Highway 160 and Lovell Canyon Road. MAGNITUDE OF CONSTRUCTION PROJECT In accordance with FAR 36.204 (d), the estimated magnitude for this project is between $250,000 and $500,000. SITE INFORMATION AND LIMITATIONS A. The following site conditions are considered incidental to the contract and the contractor will not be paid directly for any of the following items: Construction sites will be closed to the public during construction. The Contractor will be responsible for signing and limiting public access. Contractor will provide all materials and labor necessary to protect streams, wet or dry, during construction activities. All construction equipment shall be pressure washed before entering National Forest System lands. The removal of mud and debris from treads, tracks and undercarriage, with emphasis on axles, frame, cross-members, motor mounts, and underneath steps, running boards, and front bumper/brushguard assemblies will be required. The purpose is to reduce or eliminate the transportation of noxious weeds, which is required by Federal and State regulations. Water is not available at the site for construction purposes. Utilities are not available at the site for construction purposes. The Contractor will be responsible for coordinating the installation of temporary power for the site and the cost for the service. The Contractor shall provide temporary toilet facilities (porta-potty) at the site during all construction work. TRAFFIC CONTROL AND CONSTRUCTIN SIGNING No work that endangers, interferes, or conflicts with traffic or access to work sites shall be performed until a plan for satisfactory warning and handling of traffic has been submitted by the contractor and approved by the COR and Nevada Department of Transportation. Construction signing for traffic control shall conform to the Manual of Uniform Traffic Control Devices (MUTCD). All traffic control signs will be placed in areas adequate for a truck pulling a fifth wheel trailer to be turned around. Contractor shall not be paid directly for this item, rather it will be considered incidental to other items of work listed in the Schedule of Items. WORK CAMPS, STAGING AND STORAGE AREAS A. Areas for staging operations and storage of materials shall be approved by the CO. The Contractor must request in writing for approval from the CO to stage trailers (work) on site. B. No overnight camping will be allowed on site. INSPECTION OF WORKSITE The contractor acknowledges they have taken the necessary steps to ascertain the nature and location of work and have investigated and satisfied themselves as to the general and local conditions that can affect the work or its cost. Any failure of the contractor to take the actions described and acknowledged in this paragraph will not relieve the Contractor from the responsibility of estimating properly the difficulty and cost of successfully performing the work, or for proceeding to successfully perform the work without additional expenses to the government. START DATE Estimated start date is 9/2/2025. . A site visit will be detailed on the full solicitation. CONTRACT TIME A. Base: 60 Calendar Days from issuance of Construction Notice To Proceed B. Option #1: 7 Additional Calendar Days SPECIFICATIONS A. The following specifications are attached. Some sections in the schedule of items refer to other sections not listed and are subsidiary to or are included in payment for other pay items in this contract. These items are considered incidental, and no additional compensation will be made. SECTION 011250 - MEASUREMENT AND PAYMENT SECTION 011900 - MOBILIZATION SECTION 013300 - SUBMITTAL PROCEDURES SECTION 014100 - QUALITY CONTROL SECTION 023701 - SEDIMENT AND EROSION CONTROL MEASURES SECTION 024100 - WASTE MATERIAL DISPOSAL SECTION 311000 - CLEARING AND GRUBBING SECTION 332100 - WATER SUPPLY WELLS BONDING: All offerors will be required to provide a Bid Bond (20%) with their proposal submission. Performance and Payment Bonds (100% each) will be required of the successful awardee.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c237a1fe9e464f7b96a73fe35b1434f7/view)
 
Place of Performance
Address: NV, USA
Country: USA
 
Record
SN07484046-F 20250622/250620230040 (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 |
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.