Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2025 SAM #8507
SOLICITATION NOTICE

F -- Region 1 Road Maintenance Services

Notice Date
3/10/2025 1:24:37 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USDA FOREST SERVICE-SPOC IM Washington DC 202500001 USA
 
ZIP Code
202500001
 
Solicitation Number
1282B125R0007
 
Response Due
3/25/2025 1:00:00 PM
 
Archive Date
04/30/2025
 
Point of Contact
Traci Jackson, JESSICA LYN H. RASMUSSEN
 
E-Mail Address
Traci.jackson@usda.gov, JESSICA.RASMUSSEN@USDA.GOV
(Traci.jackson@usda.gov, JESSICA.RASMUSSEN@USDA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. Introduction. This pre-solicitation notice is for information only and is not a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept proposals as a result of this synopsis. If a competitive solicitation is issued in the future, it will be announced via The System for Award Management (SAM) at SAM.gov and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This is not a solicitation or a promise to issue a solicitation, and this information is subject to modification and in no way binds the Government to award a contract. 2. Applicable North American Industry Classification System (NAICS) Code. The applicable NAICS code is 237310 Highway, Street, and Bridge Construction Size Standard for NAICS: $45.0 Million. 3. Type of Contract to be Awarded. As a result of this synopsis and possible solicitation, the Special Project Operations Center, Intermountain Branch, plans to award a firm fixed price contract. 4. Type of Solicitation. The solicitation, if released, will be governed by Federal Acquisition Regulation Part 15, �Contracting by Negotiation�. 5. Synopsis Posting Period. This synopsis will be posted for 15 days. 6. Contracting Office Points of Contact. Traci Jackson, Contract Specialist, Traci.Jackson@usda.gov. 7. Contract Description. Region 1 has identified the need for contractual assistance with performing maintenance and repair work on National Forest roads and related improvements throughout the National Forests and National Grasslands within this region. The US Forest Service, Region 1 has an ongoing requirement for a Road Maintenance and other forest maintenance/support services. The goal of this contract will be to establish a multiple award schedule (MAS) consisting of multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for the Forests in Region 1 East: Dakota Prairie Grasslands, Custer Gallatin National Forest, Helena Lewis and Clark National Forest and Beaverhead Deerlodge National Forest; Region 1 West: Lolo National Forest, Bitterroot National Forest, Flathead National Forest and Kootenai National Forest, and Region 1 Idaho: Idaho Panhandle National Forest and Nez Perce Clearwater National Forest. The Contractor shall furnish everything necessary, including but not limited to all labor, equipment, supervision, transportation, operating supplies, and incidentals necessary to perform road maintenance. Road maintenance work may include: Road Grading to include maintaining the crown, inslope or outslope of the traveled way and shoulders, drainage dips, leadoff ditches, berms, turnouts, removal of minor slides and slumps that can be accomplished with a typical road grader, and other irregularities that prevent normal runoff from the road surface. Vegetation Clearing to include cutting and disposing of all vegetative growth including trees from the road surface that reduces the operational capability of the road, and removal of hazard trees as directed by the Forest Service. This will be a service contract; construction services will not be included in this requirement. 8. Type of Set-aside. Total small business set-aside. 9. Responses: Interested and capable sources can respond to this synopsis with a Statement of Capability but responses are not required. Responses should be submitted to Traci Jackson at Traci.jackson@usda.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1f8aac0bd8ec419c8c1a9cc30e877d9a/view)
 
Place of Performance
Address: Missoula, MT 59804, USA
Zip Code: 59804
Country: USA
 
Record
SN07366130-F 20250312/250310230042 (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.