SOLICITATION NOTICE
Y -- Road 1501 Decommissioning
- 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-14-0004
- Archive Date
- 8/15/2014
- 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 decommissioning a 5.25 mile section of Forest Service Road 1501 on the Naches Ranger District. Work will consist of excavating and depositing fill material according to 4 different methods of obliteration, removing two existing log timber bridges and hauling and placing trees and logs, removing culverts and loading and hauling ground asphalt material. This project consists of decommissioning a 5.25 mile section of the paved road. Work will include providing reference stakes, salvaging the existing asphalt surfacing which will have been ground up, obliterating the roadway and fill slope by decompacting the roadway and/or excavating fill material to re-create all or partial natural contours, end hauling and placing the excess material in deposit areas within the 5.25 miles of road prism, removing 18-36" metal pipes, placing logs and logs with wads, including transport of the logs from adjacent DNR lands, falling and placing individual whole trees, constructing log and rock structures, constructing a simulated stream course, remove 2 timber bridges with concrete piers, dewatering, seeding and wood straw mulching, equipment rental and constructing earth berms. National BMPs must be followed to reduce sedimentation entering the Lt Rattlesnake Creek. 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 15, 2014. It is anticipated that the project completion date will be October 31, 2015. The in-water work must be accomplished during the Allowable Freshwater Work Time, between July 15 to August 15 (inclusive). A firm-fixed price contract is contemplated requiring submission of both past performance, technical experience 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 4, 2014. The Government plan to hold a pre-bid meeting after the solicitation is issued and more information will be available in the solicitation. 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-14-0004/listing.html)
- Place of Performance
- Address: Naches RD, Naches, Washington, 98937, United States
- Zip Code: 98937
- Zip Code: 98937
- Record
- SN03362103-W 20140511/140509234421-9b26c846ae1dd2285980b83032c5e0c7 (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 |