Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2020 SAM #6860
SOLICITATION NOTICE

Y -- Raven�s Roost Cabin Construction

Notice Date
9/8/2020 4:47:54 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Alaska Regional Office, R10 JUNEAU AK 99802 USA
 
ZIP Code
99802
 
Solicitation Number
12010920R0004
 
Response Due
9/14/2020 1:00:00 PM
 
Archive Date
09/29/2020
 
Point of Contact
Della Koelling, Phone: 9075868852, Fax: 9075867090, MIchael T. McCarthy, Phone: 9075867903
 
E-Mail Address
Della.Koelling@usda.gov, michael.mccarthy@usda.gov
(Della.Koelling@usda.gov, michael.mccarthy@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
****UPDATE**** Sept 08, 2020 Amendment 02 is to list the changes made in amendment 01 and to add a revised� page 17, side elevations�for�the �drawings. Due date remains the same. ******UPDATE******Sept 02, 2020 Amendment 01 This amendment adds revised documents, Q&A, Trail Log and existing 1980 cabin drawings.� Due date changed to Sept 14, 2020 12:00 PM AST � � � ******UPDATE******Aug 21, 2020 PRE-PROPOSAL CONFERENCE CALL AUGUST 27, 2020, STARTING 2:00PM AKDST888-844-9904, PC 6419479#� � � � � � � � � � � � � � � � � � � � � � � �SUBMITT QUESTIONS BY WEDNESDAY AUGUST 26,2020 12:00PM TO DELLA.KOELLING@USDA.GOV �******UPDATE*****Aug 19, 2020 REVISED DESCRIPTION Magnitude of Construction is between $500,000 and $1,000,000 Anticipated period of performance is October 1, 2020 through November 1, 2021.� Offerors will be required to submit a Bid Guarantee with their proposal and both Performance and Payment Bonds after award (see FAR Subpart 28.1 for information regarding bonds). Interested offerors are hereby notified that in order to be eligible for award, an offeror�s SAM account must be active at the date and time set for receipt of proposals.� An offeror whose SAM account is not active when propels are due will not be considered. Description: Base work includes supplying and installing all materials for: construction of one 16�x20� cabin with loft, covered front deck, covered rear porch, and foundation based on provided drawings; construction of one outhouse with associated service decks, foundation and (4) custom waste storage tanks based on supplied drawings; construction of new trail comprised of aggregate surface trail, metal staircase, aggregate pad with spur trail for propane tank, installing government furnished concrete steps; and related site work. Option items: Demolition of existing Raven�s Roost cabin and outhouse with related site rehabilitation, and supplying and installing the following at the new cabin site: cabin furnishings, site identification sign, and one propane heating system. Note that demolition of the existing cabin cannot occur until after November 1, 2020 due to obligations under a current contract. Government-Furnished Property 1) One table top for cabin table. 2) One routed sign board for trail sign 3) One tree for one round log sign post. 4) Concrete Steps. Location and Facilities: The project site for Base Bid work is located at 56�46'39.37"", -132�56'21.14"" near the terminus of Raven Trail Phase 2. This site is approximately 2.5 miles S-SE of downtown Petersburg, AK, and 2 miles S-SW of the helicopter facility at Petersburg Airport. The project site for Option Item #3 work (demolition of existing cabin and outhouse, and related site work) is located at 56�45'44.27"", -132�56'8.09"", approximately 3 miles S-SW of the helicopter facility at Petersburg Airport. Access to the Base Bid project site is via helicopter or the partially-completed Raven Trail. Access to the existing cabin (Option Item #4 project site) will be via helicopter; an existing boardwalk trail to the site will be removed fall of 2020. During the 2020 field season there will be an active contract for the reconstruction of Raven Trail Phase 2 and removal of the boardwalk trail to the existing cabin. Work is to be completed by November 1, 2020. Coordinate work under this contract with other contracted work in the area so as not to delay, cause harm to, or interfere with another contractor. There are no utilities at either project site. Cell phone service is typically available throughout the project site. Petersburg is the nearest community and is accessible by scheduled jet service, barge, and the Alaska Marine Highway system. The government is not planning any scheduled, escorted site visits.� Interested parties are encouraged to visit the project sites. ****UPDATE**** August� 11, 2020 Solicitation posted- a pre-proposal meeting will be scheduled at a later date with a bridge line. Questions can be emailed up to September 3, 2020� � � � � � � � � �****update**** The expected date to post�the solicitation has been changed to August� 15, 2020.� � � � � � � � �� ��� ��� ��� ��� � �� ��� ��� ��� ��� � ��12010920R0004 Raven�s Roost Cabin Construction This is a pre-solicitation notice for Raven�s Roost Cabin Construction.� Magnitude of Construction is between $250,000 and $500,000 Anticipated period of performance is May through November 1, 2020.� Offerors will be required to submit a Bid Guarantee with their proposal and both Performance and Payment Bonds after award (see FAR Subpart 28.1 for information regarding bonds). Interested offerors are hereby notified that in order to be eligible for award, an offeror�s SAM account must be active at the date and time set for receipt of proposals.� An offeror whose SAM account is not active when propels are due will not be considered. Description: Base Bid work for this contract includes providing architect- or engineer-stamped drawings for one single-story 16�x20� cabin from provided drawings; construction of cabin and associated covered deck, covered porch, and related site work; new trail construction comprised of aggregate surfacing, concrete steps and metal staircase, and related site work. Option items: Demolition of existing Raven�s Roost cabin and outhouse with related site rehabilitation, and supplying and installing the following at the new cabin site: cabin furnishings, site identification sign, and one propane heating system. Government-Furnished Property: 1) One table top for cabin table. 2) One routed sign board for trail sign. 3) One tree for one round log sign post. 4) Concrete Steps. Location and Facilities: The project site for Base Bid work is located at 56�46'39.37"", -132�56'21.14"" near the terminus of Raven Trail Phase 2. This site is approximately 2.5 miles S-SE of downtown Petersburg, AK, and 2 miles S-SW of the helicopter facility at Petersburg Airport. The project site for Option Item #3 work (demolition of existing cabin and outhouse, and related site work) is located at 56�45'44.27"", -132�56'8.09"", approximately 3 miles S-SW of the helicopter facility at Petersburg Airport. Access to the Base Bid project site is via helicopter or the partially-completed Raven Trail. Access to the existing cabin (Option Item #4 project site) will be via helicopter; an existing boardwalk trail to the site will be removed summer of 2020. During the 2020 field season there will be an active contract for work to complete Raven Trail Phase 2 and remove the boardwalk to the existing cabin. Work is to be completed by November 1, 2020. Coordinate work under this contract with other contracted work in the area so as not to delay, cause harm to, or interfere with another contractor. There are no utilities at either project site. Cell phone service is typically available throughout the project site. Petersburg is the nearest community and is accessible by scheduled jet service, barge, and the Alaska Marine Highway system. The government is not planning any scheduled, escorted site visits.� Interested parties are encouraged to visit the project sites. Solicitation may be posted before February 15, 2020
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ef92888b2953449fbac9967894a68c18/view)
 
Place of Performance
Address: AK 99833-1521, USA
Zip Code: 99833-1521
Country: USA
 
Record
SN05789630-F 20200910/200908230152 (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.