SOLICITATION NOTICE
Z -- GAOA Primrose Trail Reconstruction
- Notice Date
- 8/3/2023 11:15:36 AM
- Notice Type
- Presolicitation
- Contracting Office
- CHUGACH NATIONAL FOREST ANCHORAGE AK 99501 USA
- ZIP Code
- 99501
- Solicitation Number
- 1240BJ23R0022
- Response Due
- 8/18/2023 5:00:00 PM
- Archive Date
- 09/02/2023
- Point of Contact
- Paula Sales, roxanne anderson
- E-Mail Address
-
paula.sales@usda.gov, roxanne.d.anderson@usda.gov
(paula.sales@usda.gov, roxanne.d.anderson@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The solicitation will be available for download exclusively via https://sam.gov, on or about 9/19/2023. �Paper copies of the solicitation will not be issued. � � PROJECT DESCRIPTION: Primrose Trail Reconstruction � The contractor shall furnish all labor, supervision, equipment, materials, transportation, supplies (unless specified elsewhere as Government-furnished), and incidentals required to accomplish specified work in compliance with the terms, specifications, and provisions of the contract to procure and reconstruct Primrose Trail. Work includes but is not limited to rail reconstruction consisting of 5 miles of brushing & general restoration (clearing, tread rehabilitation, removing protrusions, among others), replacement of puncheon, turnpikes, drainage structures, and repair of stream fords, resurface over 4000 LF of existing trail surface, obliteration of 1,347 LF of existing steep/eroded trail, construction of 1,368 LF of new trail and replacement of six existing log stringer bridges. PROJECT LOCATION: The Primrose Trail Reconstruction project is located on the Chugach National Forest, Seward Ranger District, Kenai Peninsula. The project location is approximately 13 miles south of the community of Moose Pass. All work will be accessed from the Primrose Trailhead located at the end of Primrose Spur Rd (60.34�N; 149.37�W), near mile 17 of the Seward Highway.� Work shall be completed no later than 30 September 2024. Engineering point of contact is Eli Dugger, telephone: (907)-308-0438. The magnitude of this construction project is between $500,000 and $1,000,000. �All offerors will be required to provide a Bid Bond (20%) with their proposal submission. �Performance and Payment Bonds (100% each) will be required of the successful awardee. �NAICS 237310 with size standard $45M. This project is set aside 100% for small business. NOTE: Contractors are highly encouraged to visit the project site as the road is not maintained for winter conditions and access will be limited when the solicitation is issued.� Per FAR 52.204-7(b)(1), System for Award Management (SAM), an Offeror is required to be registered in SAM when submitting an offer, and shall continue to be registered until time of award, during performance, and through final payment for any contract resulting from this solicitation. �Information on registration may be obtained via: �https://www.sam.gov. �All Offerors must complete the electronic version of the Representations and Certifications in the SAM system. �If at the time of receipt of offers, an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. This announcement serves as the Pre-Solicitation notice only. �Responses to this synopsis are not required.� �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/22a979dd4eb544fdae213af379817096/view)
- Record
- SN06775482-F 20230805/230803230051 (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 |