SOURCES SOUGHT
Y -- Secondary Road and Earth Work Construction
- Notice Date
- 12/19/2007
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Agriculture, Forest Service, R-8/SRS Eastern Administrative Zone, 200 WT Weaver Blvd., Asheville, NC, 28804, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AG-4660-S-08-0008
- Response Due
- 1/18/2008
- Archive Date
- 2/2/2008
- Point of Contact
- Margaret Yeaton, EAZ Acquisition Contract Specialist, Phone 803-725-0239, Fax 803-725-1807, - Cynthia Korman, Purchasing Agent, Phone 803-725-0251, Fax 803-725-1807
- E-Mail Address
-
myeaton@fs.fed.us, ckorman@fs.fed.us
- Description
- This Sources Sought Synopsis is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. A market survey is being conducted to locate SBA certified HubZone; 8(a); SDVOSB, and small business who are deemed qualified to provide secondary road and earthwork construction. The contractor shall provide all equipment, labor, materials, tools and other incidentals and execute all work necessary to perform required construction and reconstruction activities within the boundaries of the Savannah River Site (SRS), including all road easements and right-of-ways. The work will consist of construction and reconstruction activities associated with gravel and native-surfaced single and double-lane roads, parking lots, soil and water restoration, facility grounds, well sites, turnarounds, drainage structures, clearing and grubbing, earthwork, road surfacing and resurfacing, riprap installation, soil and water restoration, and turf establishment or other activities similar in nature on the SRS. Task orders issued by the Government (usually on a monthly basis) will detail the construction activities required and the order in which performance is required. Actual quantities of services ordered will depend upon existing conditions at the time of the Government inspection. Construction activities will be dispersed over the entire site. The contractor will be expected to have the ability to perform multiple tasks during the task order period. The equipment required for use during contract performance include but is not limited to the following: Trackhoe (shall be in the CAT 315, Komatsu 220 class or equal, be equipped with hoe and bucket and have a net fly HP of 60 or greater) Motor Grader (shall be in the class of a CAT 12-H or equal, have a 12' wide blade and have a rating of 135 horsepower or greater.), Crawler Tractor with Blade (shall be in the class of a CAT D-6 or equal, with a minimum of 135 flywheel horsepower and be provided with an earth moving type blade compatible with the provided dozer) This Indefinite Delivery Indefinite Quantity (IDIQ) single task order contract is for the base year (October 1st, 2008 ? September 30s, 2009) with 3 option years for a total of four years. Estimated value of construction required for each year is $500,000 to $1,000,000 dollars. Monthly task orders will not exceed $200,000 during the contract period. The total contract value is estimated to be between $2,000,000 to $4,000,000 dollars total for entire contract period. A minimum guarantee for the contract period is $200,000 and the maximum contract amount will not exceed $5,000,000. In order to be considered for this construction contract, the contractor must have relevant past performance, which is defined as a) working as the prime contractor; b) completing or in the process of performing similar construction, within the last five (5) years; and c) projects must be of similar scope. All contractors interested in performing secondary road construction must submit a written response (2 copies) to this office (USDA Forest Service?Savannah River, Attention: Margie Yeaton, P. O. Box 700, New Ellenton, SC 29809), email myeaton@fs.fed.us, or FAX (803) 725-0239 no later than by 18 January 2008, 4:00 pm, EST. The responses shall include 1) name of firm, point of contact, mailing address, and phone, CAGE Code, and/or a DUNS Number 2) identification of the appropriate business classification (to include 8(a), HubZone or SDVOSB, or small business (using NAICS code is 237310--$ 31 Million) 3) past experience; to include a brief description of similar services performed 4) capability to provide services and 5) contractor owned or long term leased heavy construction equipment 6) evidence of bonding capability up to $1.25 million, 7) a statement verifying that the contractor will physically perform at least 20% of the work. All submissions shall be limited to 25 pages and no smaller than 12 pitch font. Telephonic responses will not be accepted. This is not a synopsis or solicitation announcement. Based upon the responses received, the Government will determine the set-aside method (if any) for the procurement This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. The Government will not reimburse the contractor for any costs associated with preparing or substituting a response to this notice. Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation.
- Place of Performance
- Address: USDA Forest Service Savannah River, 1 mile inside Aiken barricade, SRS, Aiken SC
- Zip Code: 29802
- Country: UNITED STATES
- Zip Code: 29802
- Record
- SN01472880-W 20071221/071219223251 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |