SOLICITATION NOTICE
Z -- Road reconstruction and culvert replacement on Antelope Lake Road. 2 miles 0.0 to 2.0. Plumas National Forest. USDA Forest Service.
- Notice Date
- 2/1/2023 8:00:20 AM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USDA-FS, CSA SOUTHWEST 6 Albuquerque NM 871023498 USA
- ZIP Code
- 871023498
- Solicitation Number
- 127EAW23R0005
- Response Due
- 3/6/2023 3:00:00 PM
- Point of Contact
- Jeremy Bedner, Phone: 530-796-7473
- E-Mail Address
-
jeremy.bedner@usda.gov
(jeremy.bedner@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PRE-SOLICITATION NOTICE This is a pre-solicitation notice for informational purposes only to make industry aware of an upcoming project requirement to be solicited. This is NOT the solicitation Request for Proposal [RFP]. No solicitation yet exists; therefore, do NOT request a copy of the solicitation, bid documents, specifications, or drawings. Responses or proposals are not required at this time. The USDA Forest Service Procurement and Property Services, Field Procurement Operations, Southwest Zone, Contract Service Area 6, on behalf of Region 5, is currently preparing a solicitation RFP for road reconstruction and culvert replacement on Antelope Lake Road miles 0.0 to 2.0. The project is located on Antelope Lake Road (Forest Highway 43), between the town of Genesee, CA, and Antelope Lake. Mt. Hough Ranger District, Plumas National Forest, Plumas County, California. The project work is the first two (2) miles of Antelope Lake Road starting where the county portion of the road ends. The work includes the following: Roadside metal flume demolition Reconstruction of asphalt pavement using full depth reconstruction of asphalt pavement using full depth reclamation (FDR and hot mix asphalt (HMA) pavement overlay Installation of new roadside metal flumes installation of new roadside metal flumes Installation of riprap and aggregate installation of riprap and aggregate Culvert installation Quality control, sampling, testing, and reporting The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, non-personal services, and all items necessary to perform the project work and associated contract requirements. The contract duration is anticipated to be 60 calendar days from the issuance of the Notice to Proceed [NTP]. Work in anticipated to be completed by September 2023. The full scope including associated specifications and drawings shall be provided with the issued solicitation RFP. Site Visit information will be provided with the issued solicitation RFP. ACQUISITION INFORMATION This acquisition shall be a total small business set-aside. This is a construction project, and Request for Proposal and resulting contract is for construction. Davis-Bacon Construction Wage Rates shall apply to any resulting contract. The awarded contract shall be firm-fixed-price. IAW Federal Acquisition Regulation [FAR] 36.204 Disclosure of the magnitude of construction projects, the estimated price range of this contract is between $1M and $5M. The North American Industry Classification System [NAICS] code for this acquisition is 237310 � Highway, Street, and Bridge Construction, with small business size standard of $39.5M in annual revenue. Solicitation posting date is tentatively planned for on or about February 1, 2023. All proposal submission instructions and evaluation information shall be provided with the solicitation RFP. Interested parties are hereby notified that the solicitation will be available exclusively on the Contract Opportunities website. SAM.GOV The solicitation, attachments, and amendments (if any) will be published for viewing, printing, and downloading from the Contract Opportunities website only. It is the potential offeror's responsibility to monitor Contract Opportunities for the release of amendments, changes, or other information pertaining to the solicitation. No hardcopy/paper versions of the solicitation or amendments will be distributed. Contractors must be registered in the System for Award Management [SAM] database in order to receive a contract award from any USDA Forest Service activity. Lack of registration in the SAM will render an offeror ineligible for award. SAM information can be found at sam.gov. Offerors shall have and maintain an active registration in the SAM database at the time of bid/proposal submission and award to be eligible for a Government contract award. If at the time of bid submission and/or award an offeror is not successfully and active in the SAM database, the Government reserves the right to award to the next prospective offeror. Unique Entity Identifier [UEI] number and CAGE Code numbers are required. � Offerors may complete Representations and Certifications online via SAM at sam.gov. For additional information or questions contact the Contracting Officer, Jeremy Bedner, by email jeremy.bedner@usda.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ca3c242bb8ee42f29c1a06e517de2dbf/view)
- Place of Performance
- Address: CA 95983, USA
- Zip Code: 95983
- Country: USA
- Zip Code: 95983
- Record
- SN06579214-F 20230203/230201230112 (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 |