Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2019 FBO #6522
MODIFICATION

Z -- Stream Crossing Improvements - Forest Service Alaska Region

Notice Date
10/2/2019
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Forest Service - R-10 Alaska Region
 
ZIP Code
00000
 
Solicitation Number
12010920R0001
 
Point of Contact
MIchael T. McCarthy, Phone: 9075867903, Mari Meiners, Phone: 9075868746
 
E-Mail Address
michaelmccarthy@fs.fed.us, mari.meiners@usda.gov
(michaelmccarthy@fs.fed.us, mari.meiners@usda.gov)
 
Small Business Set-Aside
N/A
 
Description
10/2/2019 NOTICE REGARDING SITE VISITS The government anticipates evaluating proposals using one or more of the projects listed in this presolicitation notice and awarding those projects at the time of IDIQ contract award if funds are available. The government is not planning any scheduled, escorted site visits. Interested parties are encouraged to visit the project sites at their convenience before weather prevents site access. All sites are on the FS road system on Prince of Wales Island. Questions may be sent vis email to Mike McCarthy or Mari Meiners at the email addresses provided below. ****************** This is a pre-solicitation notice for construction of stream crossing improvements, which includes Aquatic Organism Stream Passage (AOP) projects and associated road and trail maintenance on the Tongass and Chugach National Forests. The U.S. Forest Service, Alaska Region has requirements for stream crossing replacements with site-specific engineered structures. Work shall be performed in accordance with government approved design specifications. Major work items include but are not limited to: 1. The purchase of materials needed to meet engineering specifications, 2. Removal of existing structures and fill, 3. Dewatering the construction zone so that work is not occurring in an active stream, 4. Placement of new structure(s) (culvert or bridge) based on government approved specifications, 5. Reconstruction of engineered stream bed, stream banks, and placement of key rocks, 6. Concrete work as necessary to meet government approved specifications, 7. Placement of fill, crushed rock, and road surfacing work to bring road back up to standards, 8. Installation of erosion control measures, 9. Minor or incidental road/trail maintenance proximate/close to primary work site. Special Consideration: Work may be limited by allowable in-stream operation timelines typically between the months of June and September. Dates may vary based on the specific project and will be detailed in individual task orders. The government intends to award approximately three (3) Indefinite Delivery Indefinite Quantity (IDIQ) base contracts for the Tongass National Forest and two (2) for the Chugach National Forest. The government intends to primarily award Firm Fixed Price (FFP) task orders, but the basic contract will have provisions that allow for the awarding of labor hour and time and materials orders. The contract's ordering period is expected to be three (3) years from date of award with an option to extend for an additional two (2) year period, not to exceed five (5) years. The aggregate maximum amount for all awarded contracts is expected to be $7,000,000.00 with individual task orders not expected to exceed $500,000. Project locations on the Tongass National Forest include Thorne Bay, Craig, Ketchikan Misty Fjords, Wrangell, Juneau, Petersburg, Hoonah, Sitka and Yakutat Ranger Districts. Project locations on the Chugach National Forest include the Cordova, Seward and Glacier Ranger Districts. A solicitation is anticipated to be issued on or about October 25, 2019. Responses will be due 30 days after the solicitation is posted. A response date will be added when solicitation is published. In accordance with FAR 4.1102, Contractors must be active in SAM at the date and time proposals are due to be eligible for award. Proposals submitted by contractors without an active record in SAM will not be considered. Anticipated projects on Prince of Wales Island expected to be awarded as individual task orders during the base year of the contract (subject to availability of funds): 1. National Forest System Road 20500300, Mile Post 4.67 Aquatic Passage Stream Crossing Replacement 2. National Forest System Road 20500400, Mile Post 4.49 Aquatic Passage Stream Crossing Replacement 3. National Forest System Road 20500000, Mile Post 10.36 Aquatic Passage Stream Crossing Replacement 4. National Forest System Road 20500000, Mile Post 19.51 Aquatic Passage Stream Crossing Replacement 5. National Forest System Road 20500000, Mile Post 22.23 Aquatic Passage Stream Crossing Replacement Questions on the draft plans or the contract scope should be submitted to: Mike McCarthy, michael.t.mccarthy@usda.gov Denise Murphy, denise.murphy@usda.gov Interested parties should email Mike McCarthy at michael.t.mccarthy@usda.gov no later than September 20, 2019 with the following information: 1. Experience on aquatic organism passage projects including name of project, project location, dollar value and description of the project scope. 2. Firm's socioeconomic representations such as HUBZone, Woman-owned, 8(a), Small Business, etc. This information will be used for market research purposes to determine the appropriate small business set aside for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/109/12010920R0001/listing.html)
 
Place of Performance
Address: Statewide, Alaska, United States
 
Record
SN05465716-W 20191004/191002230430-6f92db5ac6d72993f911fb511118a690 (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.