Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2015 FBO #5011
SOLICITATION NOTICE

99 -- Lake Chelan Erosion Control Phase 6

Notice Date
8/11/2015
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering 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-15-0029
 
Archive Date
10/15/2015
 
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 furnishing the construction and materials necessary to complete shoreline erosion control treatments at two sites on the north shoreline of Lake Chelan in Chelan County, Washington. Construction consists of furnishing and installing special rock embankment, large woody debris, erosion control products as well as other incidental items in a variety of configurations called treatments at locations staked on the ground by the Government prior to commencing work. This work is being done to fulfill the requirements of an Article (1) Forest Service Erosion Control Plan to the license issued by the United States of America Federal Energy Regulatory Commission (FERC) to Public Utility District No. 1 of Chelan County (Chelan PUD) for Lake Chelan Hydroelectric Project No. 637 located on the Chelan River near the city of Chelan, Washington. The proposed Lake Chelan Shoreline Erosion Control Phase 6 work is located at two sites on the north shoreline of Lake Chelan on the Lake Chelan Ranger District of the Okanogan-Wenatchee National Forest. The primary access to this site is by boat or barge. The Lady of the Lake private commercial ferry does not have scheduled stops at Lucerne Campground or at Lucerne Guard Station. The boat ramp nearest the project sites is located at Twentyfive Mile Creek State Park. Other boat ramps are available at Shrine Beach, Lake Chelan State Park, Chelan Riverwalk Park, Old Mill Park and Lake Shore Marina. Commercial barge service is available on Lake Chelan from Mountain Barge Services LLC, 1222 W. Woodin Ave, Chelan, WA 98816 phone (509)682-2493. The availability of boat ramps varies depending on the water level of Lake Chelan. This project requires work on Lake Chelan at two time periods. The first is during high-pool lake levels (October to December) to pre-position rock at the project sites and the second is during low-pool lake levels (December to March) to complete the erosion control work. Prospective offers are advised to verify the availability of planned boat launches during low-pool periods. The work sites are Site No. 1 and Site No. 2. Sites are directly adjacent to each other and are located in Section 15, Township 29 North, Range 20 East, Willamette Meridian (WM) in Chelan County, Washington. The project site may be reached from Chelan, Washington by traveling up Lake Chelan approximately 30 miles from the Lady of the Lake boat dock. The project site is approximately 5 miles up-lake from the Twentyfive Mile Creek State Park boat ramp. 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. The estimated starting date for on-site work is Fall (October 1, 2015). All work shall be completed during the winter/spring drawdown period for 2015-2016 with all work completed no later than March 31, 2016 or the end of the drawdown period, whichever occurs first A firm-fixed price negotiated contract is contemplated requiring submission of both a technical and a price proposal. 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 $100,000 and $250,000. 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 August 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-15-0029/listing.html)
 
Place of Performance
Address: Chelan RD, Chelan, Washington, 98816, United States
Zip Code: 98816
 
Record
SN03833467-W 20150813/150812000235-5371dbfa529d8cd4e6297d48329218d5 (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.