SOLICITATION NOTICE
Y -- FSR 1900 Repair & Culvert Replacement
- Notice Date
- 5/7/2012
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801
- ZIP Code
- 98801
- Solicitation Number
- AG-05GG-S-12-0025
- Archive Date
- 7/6/2012
- Point of Contact
- Mariah R Morris, Phone: 509-664-9317, Lynn Tucker, Phone: 509-664-9234
- E-Mail Address
-
mrmorris@fs.fed.us, ljtucker@fs.fed.us
(mrmorris@fs.fed.us, ljtucker@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Forest Service, Okanogan-Wenatchee National Forest servicing Region 6 has a requirement for repairing the shoulder of Forest Service Road (FSR) 1900 at mile post 5.0 and replacing a corrugated metal pipe with a Government provided 24' concrete bottomless box culvert at mile post 6.0. The eroded shoulder repair involves constructing a coffer dam up stream of the project and diverting the flow of the Little Naches River into a historic overflow channel. The shoulder will be reconstructed using rip rap and large logs placed within the rip rap. Rip rap will be loaded and hauled from a Forest Service borrow pit near the project location. The work will include removing 8 large trees with root wads attached marked by the Engineer and transporting the trees with the root wad attached to the project location. In addition trees and root wads from the 1904 borrow pit will be hauled to the project site. The work also consists of removing the road surfacing from a 140' full width section of FSR 1900 at MP 5.0. The eroded base course and asphalt surfacing will also be replaced. The jersey barriers located at the MP 5.0 site will be transported to the Chinook Pass work center. The second project location is at MP 6.0 on FSR1900, the work involves removing the existing structures, an 18" and 48" CMP and setting the Government supplied precast concrete bottomless box culvert (24'Wx24'Lx 10'D) and footings. The work includes removing the existing surfacing and replacing it with asphalt. The work also includes placing rocks and gravel inside the culvert to simulate the stream above and below it. Dewatering the site to prevent sediment delivery to the Little Naches River will be required. Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, incidental supplies necessary to perform all work described in accordance with drawings and specifications of the contract. Contractor will be paid for actual work performed. The Contractor shall utilize products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, and are made from bio based materials (e.g. insulating foam, composite panels, concrete with fly ash, wood and concrete sealers) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered. The Contractor shall assume all risk, loss, damage, or expense arising out of prosecution of the work, except as otherwise provided in the contract. Award will be made in sufficient time for planning and preparation with on-site work to start on or after July 1, 2012. The normal operating season for this project is June 25 through September 21. It is anticipated that the project completion date will be September 21, 2012. All in water work must be completed during the water work window which is July 15 through August 15 for the pipe replacement at Pile Up Creek. The work window at FSR 1900 MP 5.0 will be 30 consecutive days in between July 15 and August 31. If river flow is substantially above normal, work at FSR 1900 MP 5.0 work will be delayed up to 3 weeks. The latest start date of in water work for FSR 1900 MP 5.0 will be August 2, 2012. A firm-fixed price negotiated contract is contemplated requiring submission of both a technical and a price proposal. Award will be made to the offeror whose proposal offers the best value to the Government. The estimated construction range of magnitude for this project is between $100,000 and $250,000. This acquisition is determined to be under the Small Business Competitiveness Demonstration Program and posted for 100% small business set aside. Contractors are required to be registered with the Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA). The solicitation with specifications and wage rates will be posted to the https://www.fbo.gov/ website on or after May 22, 2012. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Proposal package and any applicable amendments, offerors must download them from the https://www.fbo.gov/ website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05GG/AG-05GG-S-12-0025/listing.html)
- Place of Performance
- Address: Naches Ranger District, Naches, Washington, 98937, United States
- Zip Code: 98937
- Zip Code: 98937
- Record
- SN02740491-W 20120509/120507234451-97376d6b1a2740478a6385c90a3b89eb (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 |