SOLICITATION NOTICE
Z -- ISLAND PARK HOUSING REROOFING
- Notice Date
- 6/6/2025 8:26:30 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USDA-FS, CSA INTERMOUNTAIN 8 Ogden UT 844012310 USA
- ZIP Code
- 844012310
- Solicitation Number
- 1240LT25R0016
- Response Due
- 7/23/2025 11:00:00 AM
- Archive Date
- 08/07/2025
- 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 June 23, 2025. SCOPE OF CONTRACT A. This project includes removing and replacing metal roofs on 10 housing units at the Island Park Administrative Site. B. The work includes tearing off and disposing of the existing roofing (down to the sheathing) and installation of new metal roofing, flashing, ridge vent, ice and water shield, vented soffit and fascia on 3 Bunkhouses, 3 Duplexes, and 4 Single-Family Homes. C. Optional work that may be awarded includes all work described above associated with: 1. Option #1: Remove and Replace Damaged Sheathing with 5/8� CDX Plywood. D. Quantities associated with these options are identified in the Schedule of Items. PROJECT LOCATION The project is located in the Ashton-Island Park Ranger District of the Caribou-Targhee National Forest, Fremont County, Idaho, in Section 27, T 13 N, R 43 E. It is located approximately 26 miles North of Ashton, Idaho. The project may be accessed from State Highway 20 and Forest Road 20137. SITE INFORMATION AND LIMITATIONS The following site conditions are considered incidental to the contract and the contractor will not be paid directly for any of the following items: 1. Construction sites will be open to Forest Service Employees during construction. 2. 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. 3. Water is available at the site for construction purposes. Utilities are available at the site for construction purposes. 4. Toilet facilities are not available at the site. The Contractor shall provide temporary toilet facilities (porta-potty) at the site during all construction work. TRAFFIC CONTROL AND CONSTRUCTION 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. 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 work trailers on site. B. No overnight camping will be allowed on site. START DATE The anticipated start date is 08/01/2025. CONTRACT TIME Anticipated to be 365 Calendar Days. Work may be performed in 2025, or 2026. Once the project is started it must be completed within 90 calendar days. SITE VISIT A site visit is will be scheduled and revealed on the full solicitation. MAGNITUDE OF CONSTRUCTION PROJECT Per FAR 36.204 (d) Between $250,000 and $500,000. 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. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This announcement serves as the Pre-Solicitation notice only. Responses to this synopsis are not required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/30e94d0a4d1e47a7a985663aa745e628/view)
- Place of Performance
- Address: Island Park, ID 83429, USA
- Zip Code: 83429
- Country: USA
- Zip Code: 83429
- Record
- SN07469049-F 20250608/250606230102 (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 |