Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2018 FBO #5928
SOLICITATION NOTICE

Y -- Tillicum AOP

Notice Date
2/13/2018
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Contracting North - Okanogan-Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801, United States
 
ZIP Code
98801
 
Solicitation Number
1205GG18R0001
 
Archive Date
4/17/2018
 
Point of Contact
Mariah R Morris, Phone: 509-664-9317, Gale A. Masters, Phone: 4257836051
 
E-Mail Address
mrmorris@fs.fed.us, gamasters@fs.fed.us
(mrmorris@fs.fed.us, gamasters@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 road construction on the Entiat Ranger District. The project will consist of removal of existing 48" CMP and installation of a new 16" x 135' open bottom arch pipe. Large quantities of exaction and backfill will be necessary as the pipe is located under an approximately 30' deep fill. The stream channel shall be constructed using streambed simulation rock and construction of rock ribs. Concrete footings shall be cast in place. Contractor shall be responsible for providing all labor, tools, material and equipment necessary to perform all work in strict accordance with the specifications and drawings. Payment for contract work will be made only for and under those pay items included in the Schedule of Items. All other work and materials will be considered as incidental to and included in the payment for the items shown. The contract includes excavation of fill and roadway material, and removal of an existing 48" x 130' culvert. The existing pipe is under approximately 30 feet of fill. Concrete footings shall be poured and a new 16' x 8'-4" x 135' open bottom arch pipe is to be installed. The new streambed shall be constructed using various sizes of rock and through construction of rock ribs as shown in the plans. Construction of pools and riffles will also be necessary. Backfill shall be done carefully to ensure proper compaction. Riprap shall be machine placed as bank stabilization, and crushed aggregate surfacing placed on the roadway. Dewatering will be required during removal of the 48" diameter culvert and during installation of the arch pipe. 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. It is anticipated the contract will be awarded by April 30, 2018. Normal operating season is June through mid November. All instream work must be completed between July 16 and February 28. Work must be begin within 10 days of the Notice to Proceed and contractor will have 90 calendar days to complete all the work. The closure of the road shall not exceed 60 calendar days. A firm-fixed price contract is contemplated requiring submission of both technical proposal and business 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 $250,000 and $500,000. 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 February 28, 2018. 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/1205GG18R0001/listing.html)
 
Place of Performance
Address: Entiat RD, Entiat, Washington, 98822, United States
Zip Code: 98822
 
Record
SN04820878-W 20180215/180213231121-790fccb069172524aae8bbfd7ea8550e (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.