SOURCES SOUGHT
Z -- Source Sought Notice - Porcupine Campground Reconstruction on the Seward Ranger District of the Chugach National Forest
- Notice Date
- 2/22/2010
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Forest Service - R-10 Chugach National Forest
- ZIP Code
- 00000
- Solicitation Number
- AG-0120-SS-10-0008
- Point of Contact
- Karen Weidenbaugh, Phone: (907) 743-9569, Denise M. Murphy, Phone: 907-743-9531
- E-Mail Address
-
kweidenbaugh@fs.fed.us, denisemurphy@fs.fed.us
(kweidenbaugh@fs.fed.us, denisemurphy@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- The Contracting Office of the Chugach National Forest in Anchorage, Alaska intends to issue a solicitation for the Porcupine Campground Reconstruction on the Seward Ranger District of the Chugach National Forest in Hope, Alaska. The campground is at the end of the Hope Highway. Work is planned to start in June 2010 and shall be completed by Oct 2011. The magnitude of construction is between $1,000,000 and $5,000,000. The scope of work included but is not limited to these items: the reconditioning of the existing single-lane asphalt campground loop road; the realignment, reconstruction or construction of 34 existing and new camping spurs; the removal and disposal of the existing timber wheel stops and the furnishing and installation of new timber wheel stops at each camping spur; the removal and disposal of all wood bollards, spur post numbers, wood fence, and timber stairs; the furnishing and installation of an effluent holding tank and catch basin; the furnishing and installation of cedar wood posts at each parking spur; the furnishing and installation of wood fence; the furnishing and installation of timber stairs; the removal and disposal of existing fire rings, and the furnishing and installation of new accessible fire rings for all camping spurs, walk-in sites, and picnic sites; the removal and disposal of picnic tables, and the furnishing and installation of new picnic tables for all camping spurs, walk-in sites, and picnic sites; the removal, obliteration, and disposal of existing dumpster screens and the furnishing and installation of a new dumpster screen; the removal and disposal of existing guardrail, and the furnishing and installation of new guardrail; the removal and disposal of existing culverts, and the furnishing and installation of new culverts; the furnishing, hauling, and placment of asphalt on all roads, parking spurs, and parking area in the campground; the furnishing, hauling, spreading and compaction of 6 inches of crushed aggregate surfacing (grading F-1) on all camping spurs and walk-in sites; the furnishing and installation of 2 single vehicle gates; the construction and reconstruction of accessible trail. The furnishing, hauling, spreading and compaction of crushed aggregate surfacing (grading F-1) on the trails; the removal and disposal of existing vault toilet buildings including the concrete pads and vaults; the furnishing, transportation and installation of ROMTEC single and double vault toilet buildings; the installation of water wells with associated concrete pads and pumps; the removal of signs and bulletin boards; the furnishing and installation of new traffic control signs and bulletin boards; the furnishing and installation of wood bollards, wood fence, bear-proof garbage containers, and bear-proof food storage lockers; the construction of a new trailhead parking area including single lane asphalt road with turn-outs, single lane aggregate (grading D-1) road with turn-outs, and the construction of 25 parking stalls; the furnishing and installation of concrete wheelstops at each parking stall at the trailhead and the installation of a pedestrian trail bridge The solicitation, with the contract specifications, will be posted in the near future on the Federal Business Opportunities (FBO) website at www.fbo.gov. Vendors will be required to access the proposal documents from the FBO website. In order to be eligible for an award, vendors must be registered in the Central Contractor Registration (CCR) database and Online Representations and Certifications Application (ORCA). To register your firm in the CCR system, go to: http://www.ccr.gov. To register your firm in the ORCA system, go to: http://www.bpn.gov. If you need assistance with CCR or ORCA registrations, contact the Procurement Technical Assistance Center, in Anchorage, at 907-274-7232 or 800-478-7232. If you are interested in this solicitation, provide the following information concerning the status of your company. Responses to this Sources Sought Notice are due by 05 March 2010. You may respond by fax to 907-743-9492, by mail to US Forest Service, 3301 C Street Suite 300, Anchorage AK 99503, or by scanning and emailing to Sally Gregory at sjgregory@fs.fed.us. • Company Name and Address: • Telephone Number • Email: •DUNS Number: • Size status: _____Large business or ______ Small business. NAICS code: 237990. Annual receipts: $33,500,000. • SBA 8(a) contractor: ______ Yes ______ No • Service Disabled Veteran-Owned Small Business: _____ Yes ______ No • Eligible and registered in CCR as a Hub Zone Contractor? Information pertaining to HubZone qualifications can be obtained at: http://www/sba.gov/hubzone. • Provide a brief summary of company’s experience with projects of a similar nature.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/120/AG-0120-SS-10-0008/listing.html)
- Place of Performance
- Address: Hope, Alaska, United States
- Record
- SN02071636-W 20100224/100223000243-1268ed3e94296e8f82c001f694d51afd (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 |