Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2015 FBO #4918
SOLICITATION NOTICE

Y -- Union Creek Trailhead Reconstruction

Notice Date
5/11/2015
 
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-15-0023
 
Archive Date
7/15/2015
 
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 trailhead reconstruction on the Naches Ranger District. This work consists of installation of a glue laminated trail bridge. Work will include the removal of existing sill logs, installation of abutment foundation, approach grade finishing and installation of erosion control straw wattles. Optional items include embankment placement for a concrete pad with kiosk structure plus sign installation. The project has Government Furnished bridge stringers with associated hardware supplied to the site vicinity. Contractor is responsible for unloading beams from delivery truck and transporting along a snowmobile trail access to the bridge site approximately 250 feet distantance. Equipment operation lis imited to trail alignment at each end of bridge access. Project includes removing sill logs from existing approaches and repositioning along the stream bank as directed, excavation for abutment foundation, backfill and compaction as specified. Erosion control straw wattles are to be placed at locations shown prior to work startup. Contactor shall provide all dimensional lumber and hardware as required. The contractor is responsible for providing all labor, materials, tools, and expertise for the construction of the finished glue laminated stringer bridge structure. Optional items, dependent on funding, include embankment to be constructed as subgrade for a concrete pad. This includes a layer of crushed aggregate as specified on the plans. Borrow material source is from a pit source approximately 2 miles from project area. A wood kiosk structure for interpretive signs is to be constructed as shown on the plans. Sign installation of three signposts for trail signage is also included. 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, 2015, depending on weather conditions. Work is to be completed within 60 calendar days after issuance of Notice to Proceed. The in-water work must be accomplished during the Allowable Freshwater Work Time, between July 15 and August 15, 2015. Above water work to complete structure may occur from July 15 to August 28, 2015. Kiosk and embankment pad by be completed until the end of September. A firm-fixed price contract is contemplated requiring submission of both technical quote and business quote. 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 $25,000 and $100,000. 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 May 26, 2015. 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-15-0023/listing.html)
 
Place of Performance
Address: Naches RD, Naches, Washington, 98937, United States
Zip Code: 98937
 
Record
SN03726351-W 20150513/150511234446-6c265c57af96b30016b073f71256e2d4 (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.