SOLICITATION NOTICE
38 -- STANEY AQUATIC ORGANISM PASSAGE (AOP) IMPROVEMENTS
- Notice Date
- 7/1/2014
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Forest Service - R-10 Tongass National Forest
- ZIP Code
- 00000
- Solicitation Number
- AG-0116-S-14-0024
- Point of Contact
- MS. SMITH, Phone: 9072286214
- E-Mail Address
-
sherilsmith@fs.fed.us
(sherilsmith@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A PRE-SOLICITATION NOTICE; THIS NOTICE IS BEING ISSUED FOR PLANNING PURPOSES. THIS IS NOT A SOLICITATION, REQUEST FOR PROPOSAL (RFP), OR REQUEST FOR QUOTE (RFQ) AND DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT NOW OR IN THE FUTURE. THE REQUEST FOR PROPOSAL, PLANS, AND TECHNICAL SPECIFICATIONS IS SCHEDULED TO BE RELEASE ON OR BEFORE JULY16, 2014 ON THE FEDBIZOPPS.GOV (FBO) WEBSITE. THIS ACQUISITION IS A TOTAL SMALL BUSINESS SET-ASIDE; ALL CERTIFIED SMALL BUSINESS COMPANIES ARE ENCOURAGED TO RESPOND TO THIS NOTICE. THE GOVERNMENT WILL NOT BE RESPONSIBLE FOR ANY COST INCURRED BY THE RESPONDENT TO THIS NOTICE. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE (NAICS): 237310. THE CLASSIFICATION CODE: 38- CONSTRUCTION, MINING, EXCAVATING & HIGHWAY MAINTENANCE EQUIPMENT. THE SMALL BUSINESS SIZE STANDARD IS $33,500,000. Project Description The Tongass National Forest Service (FS) under the United States Department of Agriculture (USDA) intends to solicit, negotiate, and award a single Firm-Fixed Price (FFP) construction contract to the Offeror whose offer is best value to the Government based on FAR 15.101, Lowest Price Technically Acceptable (LPTA) evaluation factors. The period of performance is 14 months. All responsive offers will be considered by the agency. The Offeror shall perform all work and furnish all labor, materials, equipment, tools, transportation, and supplies to complete the Staney Aquatic Organism Passage (AOP) Improvement project. This project consists of replacing five existing culverts that restrict or prevent fish passage with structures that provide Aquatic Organism Passage located in the Throne Bay District in Southeast Alaska. This project includes removal of three (3) existing culverts and replacing them with new corrugated aluminum pipe arches at different locations: RD 2050000, MP 5.78, MP6.62, RD 2050200, MP 0.22. Designs will be provided by the Forest Service. Additional option items will require removal of an existing culvert and replacement of a new corrugated aluminum pipe at RD 3000000, MP 23.49. Removal of an existing culvert and installation a 50' modular bridge at RD 3030000, MP 0.05 is required. The magnitude estimate range is between $250,000.00 and $500,000.00. Prospective Offerors are responsible for downloading the solicitation and any documents related to this procurement. It is the Offeror's responsibility to monitor the FBO website for the release of the solicitation and amendments. Offerors must be registered in SAM in accordance with FAR 52.204.10 unless you qualify under an exemption. The DUNS, TIN, and CAGE CODES must be written on submitted proposals when due. Only electronic responses via email will be accepted. Facsimile responses and telephone inquiries will not be accepted. Submit all inquiries in writing and documents to Ms. Smith, Contract Specialist, at sherilsmith@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-14-0024/listing.html)
- Place of Performance
- Address: Throne Bay District in Southeast Alaska, THRONE BAY, Alaska, United States
- Record
- SN03412034-W 20140703/140702002945-85adef1ea42517b60adc34746c4995d5 (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 |