Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2020 SAM #6677
SOLICITATION NOTICE

Y -- Road Construction Indefinite-Delivery Indefinite-Quantity (IDIQ)

Notice Date
3/9/2020 3:50:03 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
MT BAKER SNOQUALMIE NATIONAL FOREST EVERETT WA 98201 USA
 
ZIP Code
98201
 
Solicitation Number
1205M620R0002
 
Response Due
4/27/2020 2:00:00 PM
 
Archive Date
05/12/2020
 
Point of Contact
Brian A. Johnson, Phone: 4257836056, Fax: 4257830129
 
E-Mail Address
brian.johnson3@usda.gov
(brian.johnson3@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
GENERAL SCOPE OF WORK This planned IDIQ contract cover�multiple projects for road construction on the Mt.� Baker-Snoqualmie National Forest (Zone 1), Colville National Forest (Zone 2) and the Okanogan-Wenatchee National Forest (Zone 3). �Individual Project Task Orders awarded over the life of this IDIQ may include, but are not limited to, the following types of highway, street and bridge construction activities: New road construction;�Road reconstruction / restoration;�Other roadbed construction;�Road decommissioning;�Construction of steel, concrete, and timber road bridges;�Trail bridges located at trailheads readily accessible by road building equipment;�Burned Area Emergency Response (BAER) requirements;�Emergency Relief for Federally Owned Roads (ERFO) requirements;�Culverts, aquatic passage structures, and ancillary structures;�Erosion type work for roads, stream banks, and lake shore erosion work; and�Other requirements cited under Divisions 100 through 700 of the FP-14. The major categories of work activities required by the contract include clearing, resource product removal, earthwork, structural embankments, drainage structures, pit/quarry development, aggregate crushing, road base and surfacing, road structure demolition, road structure construction (such as retaining walls and minor bridge work) and road obliteration (decommissioning). ��The contract incorporates the USDOT, Federal Highway Administration�s Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14).��The will�also incorporates additional standardized terms and conditions that consistently apply to this type of construction.� INTENDED NUMBER OF BASE CONTRACT AWARDEES The USDA Forest Service intends on awarding between 12-16 base IDIQ contracts. This number may change depending on the number of acceptable proposals received. Companies that do not receive an initial task order project awarded in�an amount of $2,500.00 or greater will receive an initial task order award which will be the funded�minimum guarantee of $2,500.00. If a company is unsuccessful in being awarded a task order project at or above this amount over the effective period of the IDIQ,�the company will be paid $2,500.00 on or after September 30, 2025. BASE IDIQ CONTRACT EFFECTIVE�PERIOD OF PERFORMANCE This contract will be a multple year contract with a duration of five (5) years. The final fiscal year's (FY25) period of performance will end on September 30, 2025. This date is the last date a�task order project may be issued by the USDA Forest Service contracting officers (COs).� CONTRACT CEILING The ceiling on contract, which is a culmination of all awarded task order projects and associated modifications over the 5-year period, is $49 million. This amount is subject to change based on Agency approval, but this is the intended ceiling at this time. The final duration and ceiling amount will be outlined in the Request for Proposal (RFP). TASK ORDER PROJECTS This IDIQ will involved task order projects as they are developed by each Forest.�Individual projects will be packaged with the project-specific details that supplement the standard specifications and terms of the awarded�base contract. These individual project requirements will include detailed payment items, special or supplemental project specifications, drawings, specialized inspection terms, performance period requirements, government-furnished property, government-furnished facilities, or government-furnished services, special contract requirements, exhibits, and other detailed requirements applicable to the specific individual project.� TASK ORDER OMBUDSMAN / COMPETITION ADVOCATE In accordance with FAR 16.505(b)(6), no protest under FAR subpart 33.1 is authorized in connection with CO decisions regarding fair opportunity or the issuance of a TO under this contract, except for a protest on the grounds that a TO increases the scope, period, or maximum value of the contract.� The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered consistent with the procedures in the contract.� Complaints to the USDA Forest Service Ombudsman shall be forwarded to:�USDA Forest Service,�ATTN: Chief, Procurement Policy Branch,�Acquisition Management, Washington Office,�Rosslyn Plaza,�1621 N Kent Street, Plaza E, Suite 707,�Arlington, VA 22209. ZONE SELECTION In the RFP, when issued, each offeror will be required to select at least one Forest (aka ""Zone""). If desired, an offeror may work on one zone, or all zones, but at least one zone must be selected in order to be considered for base IDIQ contract award.��The areas covered by this contract include the following:� Zone 1: � Mt. Baker-Snoqualmie National Forest: Whatcom, Skagit, Snohomish, King and Pierce�Counties.�Zone 2:�� Colville National Forest: Ferry, Stevens and Pend Oreille Counties.�Zone 3:�� Okanogan-Wenatchee National Forest: Eastern Cascades and forest lands within Chelan, Douglas, Grant, Kittitas, Okanogan and Yakima Counties. INITIAL ""SEED"" PROJECT TASK ORDERS In the RFP, when issued, each offeror will be required to select one seed project and submit the required documents to be considered for contract award. The seed project will meet the ""Price"" evaluation criterion.� PAYMENT BONDS, PERFORMANCE BONDS, AND BID GURANTEES Each seed project and subsequent task orders issued over the life of this IDIQ contract will outline the bonding requirements and bid guarantees. The Federal Acquisition Regulation stipulates the bonding required, but the responsible contracting officer (CO) will indicate bonding/guarantee requirements within the task order documents. BIOBASED PRODUCTS Each awardee must comply with Section 9002 of the Farm Security and Rural Investment Act of 2002 (FSRIA), Executive Order (EO) 13423, �Strengthening Federal Environmental, Energy, and Transportation Management,� and the Federal Acquisition Regulation to provide biobased products.�The Contractor shall utilize products and material made from biobased materials�to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. Sample biobased products include:�Penetrating Lubricants, Dust Suppressants,�Greases,�Concrete/Asphalt Release Fluids,�Gear Lubricants, Asphalt Restorers,�Pneumatic Equipment Lubricants, Asphalt/Tar Removers,�Fuel Conditioners,�Traffic/Zone Marking Paints,�Gasoline Fuel Additives, Erosion Control,�Hydraulic Fluids, and�Safety Equipment (Protective Helmets). PLANNED EVALUATION FACTORS FOR BASE IDIQ AWARD The assigned Technical Evaluation Board (TEB) will evaluate proposals based on the best overall value to the government, price and other factors considered.� The evaluation factors that are currently planned for use are:� Factor 1 � Technical Capability (Subfactor 1a � Risk Management;�Subfactor 1b � Key Personnel; and�Subfactor 1c � Quality Control.�Factor 2 � Relevant Past Performance;�Factor 3 � Price;�Factor 4 � Use of Biobased Items.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fff8c5b81ef6476b915a8d3d1b3d25af/view)
 
Place of Performance
Address: Everett, WA 98201, USA
Zip Code: 98201
Country: USA
 
Record
SN05583218-F 20200311/200309230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.