SOLICITATION NOTICE
Y -- Y--Pre-Solicitation Notice - DEAN S. RECREATION SITE
- Notice Date
- 12/12/2024 1:05:01 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- MONTANA STATE OFFICE BILLINGS MT 59101 USA
- ZIP Code
- 59101
- Solicitation Number
- 140L3625R0001
- Response Due
- 12/30/2024 2:00:00 PM
- Archive Date
- 01/14/2025
- Point of Contact
- Alvarez, Jorge, Phone: 8545001840, Fax: 4068965296
- E-Mail Address
-
jalvarez@blm.gov
(jalvarez@blm.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 140L3625R0001 - Pre-Solicitation Notice DEAN S. RECREATION SITE The Department of Interior, Bureau of Land Management (BLM), Montana State Office intends to solicit proposals for construction activities to reconstruct the Dean S access road, providing access to a new day use parking area, ten dispersed camping sites, double vault toilet, an RV Camp Host pad, and a walking trail system. Located in Custer County, Montana. BLM will issue Solicitation Number 140L3625R0001 via https://sam.gov/content/opportunities, at the link provided in this notice. The access road will have a length of approximately 4,600 feet and provide access to the new camping sites, parking area, and cul-de-sac turnaround. Two (2) cattleguards will be incorporated into the design. The Preliminary Master Site plan identifies five (5) culvert crossings and one low water crossing. The day use parking area will include a ten (10) to fifteen (15) space parking lot on the north side of the road. The section will match the existing road and slopes and will not exceed two (2) percent in any direction for parking stalls and pedestrian circulation. The design of the parking area will not include retaining walls or other structural grading solutions. All pedestrian circulation will be accommodated by the grading and compacted surface, no additional hardscape will be included. Grading will accommodate access to the vault toilet. The RV Camp Host pad will include integration with the access road, grading, improved surfacing, power, sewer dump, electrical hook up, parking area, picnic table, and fire ring with grate. The sewer dump will include design and permitting of an on-site septic system per the SOW. The system is assumed to be a traditional septic tank effluent pump or gravity system (STEP or STEG) with a standard drain field, it does not include secondary or level II treatment. Ten dispersed campsites with vehicle access will be provided at the approximate locations specified in the SOW. Four dispersed sites will be designed to accommodate a camper turn-around or pull through. All sites will be designed with a steel picnic table, fire pit with cooking grate, and improved gravel surface. The trail system will be designed as shown on the Preliminary Master Site Plan. This design will include a typical section a width of the 36-inches, and a native tread surface. There will also be a new primary overhead powerline that will be installed by TRECO. Pursuant to Part 15 and Part 36 of the Federal Acquisition Regulations, BLM intends to issue a Request for Proposal (RFP) on or around 13 January 2024. The estimated price range of this acquisition is between $500,000 and $1,000,000. BLM anticipates issuing the RFP under the total small business set-aside program. The applicable North American Industry Classification System (NAICS) Code is 237990 and the associated Small Business Size Standard is $45.0 Million. A single contract award will be made to the offeror that submits a proposal that has been determined to be the best value based on the Tradeoff Procedures within the Federal Acquisition Regulations. A firm-fixed priced contract is contemplated. Proposals will be due on or around 14 February 2025. Offerors will submit electronic proposals as a response to the anticipated solicitation. Submission requirements: Potential sources are invited to submit a response via e-mail to jalvarez@blm.gov no later than (1:00pm) (MST) on (30 December 2024). Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. Telephonic inquiries will not be considered. Please provide the following information: 1. Company name and address 2. Company Point of Contact, phone number, and email 3. CAGE Code Number and Unique Entity ID (SAM) number 4. NAICS codes associated with the company 5. Socio-economic categories associated with the company (i.e., SDB, WOSB, VOSB, etc.) 7. Identify if your company has any current GWACs i.e., GSA schedules, NITAAC, SEWP, etc. 8. Capabilities Statement 9. After reviewing the Specs and Drawings: a. Provide the biggest issues you foresee during the performance of this project. b. Errors that need corrections before solicitation. c. Any other concerns. For further information about the requirement, offerors should contact Jorge Alvarez jalvarez@blm.gov, at (854) 500-1840. SAM: Effective July 29, 2012, any contractor interested in doing business with the Federal Government must register in the System for Award Management (SAM) database prior to award of a contract or agreement. SAM is an official website of the U.S. government. There is no cost to use SAM. You can use this site for FREE to: � Register to do business with the U.S. government; � Update or renew your entity registration; � Check status of an entity registration; � Search for entity registration and exclusion records Contractors may obtain information on registration and annual confirmation requirements via the SAM website accessed through https://www.sam.gov/SAM/ or by the Federal Service Desk at 1-866-606-8220. IPP: Payment requests for the anticipated contract must be submitted electronically through the U.S. Department of the Treasury�s Invoice Processing Platform (IPP). IPP is a secure, web-based service that more efficiently managements government invoicing from contract through payment notification at no charge to federal agencies and their vendors. The IPP website address is https://www.ipp.gov/. The contractor must use the IPP website to register access and use IPP for submitted request for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Customer Support Team via email IPPCustomerSupport@fiscal.treasury.gov or via phone at 1-866-973-3131. If the contractor is unable to comply with the requirements to use IPP for submitting invoices for payment, the contract must submit a waiver request in writing to the Contracting Officer with its proposal.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e849902b061947b5b40d37ff9efd0506/view)
- Record
- SN07289932-F 20241214/241212230112 (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 |