Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2013 FBO #4141
SOLICITATION NOTICE

Z -- Road Maintenance Indefinite Delivery Indefinite Quantity (IDIQ) for Colville NF, Okanogan-Wenatchee NF, and Mt. Baker-Snoqualmie NF

Notice Date
3/25/2013
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Northwest Contracting Area, Mt. Baker-Snoqualmie NF, 2930 Wetmore Avenue Ste 3A, Everett, Washington, 98201, United States
 
ZIP Code
98201
 
Solicitation Number
AG-05M6-S-13-0007
 
Point of Contact
Brian A. Johnson, Phone: (425) 783-6056, Justin Holder, Phone: (360) 891-5082
 
E-Mail Address
bajohnson03@fs.fed.us, jholder@fs.fed.us
(bajohnson03@fs.fed.us, jholder@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
ROAD MAINTENANCE IDIQ Pre-Solicitation Notice The U.S. Forest Service, Colville National Forest, Okanogan-Wenatchee National Forest, and Mt. Baker-Snoqualmie National Forest servicing Region 6 have a requirement for various road maintenance (NAICS 237310) projects in these forests. Work includes but is not limited to the following: Snow Removal, Surface Maintenance, Surface Stabilization, Spot Surfacing, Asphalt Surface Maintenance, Load-Haul-Place Materials, Drainage Structure Installation or Removal, Roadway Drainage System Maintenance, Disturbed Area Treatment, Road Vegetation Maintenance, Hazard Removal, Maintenance of Cattleguards-Traffic Gates & Barriers-Guard Rails & Retaining Walls, Sign Maintenance, Mobilization/Equipment Moving, and Equipment Rental. Refer to the following website for sample specifications: http://www.fs.fed.us/database/acad/om/pbmaintenance_specs.htm Contractor shall furnish all supplies, materials, tools, equipment, labor, supervision and transportation to complete the projects on time and within schedule in compliance with the specifications. The Contractor shall use products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, and are made from biobased 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 contract type will be a negotiated, firm-fixed-price (FFP) Indefinite-Delivery Contract which will require submission of both a technical and a written price proposal. The solicitation will include up to five (5) individual task order seed projects: one (1) for the Colville National Forest, two (2) for the Okanogan-Wenatchee National Forest, and two (2) for the Mt. Baker-Snoqualmie National Forest. Multiple base contract awards will be made to offerors whose technical proposal and seed project written proposal(s) offers the best value to the Government. Following base contract awards, additional individual project task orders will be issued over a three (3) year period (no option years) which will end on or about December 31, 2015. Other contract types may include Time-and-Materials (T&M) and Labor-Hour (LH). Performance and Payment Bonds for both construction and service will be required as stipulated under FAR Part 28.102 (construction) and 28.103 (service). FAR clause 52.228-15 Performance and Payment Bonds-Construction and FAR clause 52.228-16-Other Than Construction will be included in the base IDIQ contracts. The estimated road maintenance (service) range of magnitude for each individual project task order will be between $2,000.00 (construction), $2,500.00 (service) and $1,000,000.00. The not to exceed amount of $4,999,995 is cumulative over three (3) years, which includes all base contracts and all individual task order projects. Base contract award will be made in sufficient time for planning and preparation with on-site work to start on or about June 3, 2013. All contract work shall be completed no later than the period of performance negotiated on the final individual project task order. Vital: Prior to contract award, contractors are required to be registered with the System for Award Management (SAM) and the Online Representations and Certifications Application (ORCA), both of where are here: www.sam.gov (free registration). The solicitation with specifications and wage rates will be posted to the https://www.fbo.gov/ website on or after April 8, 2013. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Proposal (RFP) 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/05M6/AG-05M6-S-13-0007/listing.html)
 
Place of Performance
Address: Colville National Forest, 765 S. Main Street, Colville, WA 99114, Okanogan-Wenatchee National Forest, 215 Melody Lane, Wenatchee, WA 98801, Mt. Baker Snoqualmie National Forest, 2930 Wetmore Ave., Suite 3A, Everett, WA 98201, United States
Zip Code: 98201
 
Record
SN03020071-W 20130327/130325234323-529985e07c8cbfb605f6ef5e82628e46 (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 |
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.