Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2014 FBO #4551
SOLICITATION NOTICE

56 -- Road 33 ERFO Repair

Notice Date
5/9/2014
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Okanogan-Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801, United States
 
ZIP Code
98801
 
Solicitation Number
AG-05GG-S-14-0033
 
Archive Date
8/14/2014
 
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 two sections of Forest Service Road 33 on the Cle Elum Ranger District. Work will consist reconstructing the damaged and missing gabion basket retaining walls, installing in-stream channel structures and channel relocation. This project consists of; reconstructing 2 gabion basket retaining walls on an existing double lane road, Forest Service Road 33. Work will include purchase and installation of Gabion basket wall, removal of damaged baskets, structural excavation, placing embankment, placing aggregate base and asphalt surfacing, seeding and mulching. Work will also include constructing in-stream rock weirs, log and rock structures and developing a channel to relocate a portion of the stream. The work area will need to be isolated for fish protection but will not need to be performed in the dry. FSR 33 is currenlty open to motor vehicles with a one lane restriction. The contractor may close the road to traffic during the period of contruction with proper signing and traffic control. At the end of each work shift and from Friday at 6:00 PM until Monday at 6:00 AM a single lane must be open to saftely pass traffic unless approved by the CO. 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 21, 2014. Work is to be completed by November 30, 2014. All instream work must be completed between July 16 and September 30. A firm-fixed price contract is contemplated requiring submission of both past performance, technical proposal and price quote. Award will be made to the offeror whose quote offers the best value to the Government. The estimated construction range of magnitude for this project is between $500,000 and $1,000,000. 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 System for Award Management (SAM). The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The solicitation with specifications and wage rates will be posted to the https://www.fbo.gov/ website on or after June 5, 2014. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Quotation 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-14-0033/listing.html)
 
Place of Performance
Address: Cle Elum RD, Cle Elum, Washington, 98922, United States
Zip Code: 98922
 
Record
SN03361926-W 20140511/140509234256-f4c8839d3a4f56c63d1f17bb80b49f9d (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.