SOLICITATION NOTICE
Z -- Shalie Falls Bridge Rehabilitation - General Layout Plan
- Notice Date
- 10/27/2011
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Forest Service - R-6 Northwest Oregon Contracting Area (NOCA)
- ZIP Code
- 00000
- Solicitation Number
- AG-046W-S-12-0003
- Point of Contact
- Geoffrey Diehl, Phone: 5036681667
- E-Mail Address
-
gdiehl@fs.fed.us
(gdiehl@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- General Layout Plan NOTE: This is an advanced Pre-solicitation Notice to encourage prospective offerors to perform a site visit as soon as possible, before weather conditions make a productive site visit impossible. Interested parties are strongly urged to conduct a site visit withn the next couple of weeks to ensure familiarity with the sight. This sight visit may be a factor in evaluating technical capabilities to perform this work. Once you have visited the sight, please contact the Contracting Officer, Geoffrey Diehl, to inform that your organization has viewed the sight. You may contact the Contracting Officer by phone at 503-668-1667 or e-mail gdiehl@fs.fed.us. A General Layout Plan is attached for your use in evaluating the work site. The purpose of this announcement is to make notice that the Forest Service contemplates releasing a solicitation numbered AG-046W-S-12-0003 sometime during the months of March or April, 2012 for the Shalie Falls Bridge Rehabilitation project. If the solicitation is released, it will be released through this FedBizOpps website, and prospective offerors should visit this FedBizOpps website from time to time on or after March 1, 2012 to obtain a copy of the solicitation. This notice meets the requirements of FAR 5.201. However, the Forest Service reserves the right not to release a solicitation. PROJECT DESCRIPTION: The project is for the rehabilitation of a historical bridge. Work to be performed includes slope stabilization, abutment underpinning, and repair of bridge rail. The slope stabilization will be performed on both sides of the bridge and includes installation of geotextile drains; installation of rock dowels; and placement of shotcrete on the slopes. The abutment underpinning will be performed on both ends of the bridge and includes excavation; concrete demolition; concrete drilling; concrete forming; rebar placement; concrete pouring; concrete anchor installation; backfill; aggregate road base construction; asphalt placement. The bridge rail repair includes limited removal of damaged concrete; placement of concrete or patching mortar to repair the concrete rail in kind. See attached drawing for general layout of the project. PRESOLICITATION SITE VISIT The project site is at a high elevation. The site is typically snowed in from November/December through late spring/early summer. Interested parties are encouraged to visit the site at their earliest convenience. PROJECT LOCATION: The project is located on the Mt Hood National Forest. To access the site start at the Mt Hood National Forest Supervisors Office at 16400 Champion Way, Sandy, OR and proceed southeasterly on US 26 for approximately 33 miles. At the intersection with OR 35 proceed northerly on OR 35 approximately 7 miles and exit onto Mt Hood Meadows Dr/Bennet Pass Rd/Forest Service Rd 3555 overpass. Proceed westerly over OR 35 approximately 250 feet and turn right (northerly) onto Forest Service Rd 3545. Proceed northerly on Forest Service Rd 3545 approximately 0.3 miles to Shalie Falls Bridge. The intent of this contract is to provide for the complete project described in the contract. Unless otherwise provided, the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies and perform all work required to complete the project in accordance with the specifications and provisions of the contract. SOLICITATION DETAILS: The following preliminary details are provided for the benefit of prospective bidders, but are subject to change in the actual solicitation. Estimated price range: between $100,000 and $250,000. Contract type: firm-fixed-price. Period of performance: 120 calendar days after issuance of notice to proceed. Solicitation type: Request for Proposal, posted on this FedBizOpps website for viewing and printing on or after March 1, 2012. Closing date: 30 days after solicitation issuance. Contract award date: within 60 days after closing date. Notice to Proceed date: within 15 days after contract award. Required bonds: bid bond with the bid and performance and payment bonds after award of a contract. PARTICIPATION: This project is a Total Small Business Set-Aside. All responsible and Small Business Administration certified Small Business sources may submit an offer which shall be considered. Prospective offerors who wish to provide comments on the set-aside matter should provide these comments to the contracting officer on or before February 15, 2012. Indeed, all prospective offerors are invited to notify the contracting officer of their interest in the acquisition. AUTOMATIC NOTIFICATION: By registering to receive notification on posted synopses, the reader will be automatically notified via email of any changes to this project. To register, select /Register to Receive Notification/ and follow the steps. Follow the same procedure for each project. PLAN HOLDERS LISTS: The Interested Vendors List (IVL) has replaced the plan holders lists that were previously available with solicitation packages. Access the IVL for all projects through this FedBizOpps website. To register as an interested vendor, select /Register as an Interested Vendor/ and follow the steps. Follow this procedure for EACH project of interest. Use the /Register as an Interested Vendor/ option to add a firm's name to the IVL and then view or print the IVL by selecting /View List of Interested Vendors/ for each project. REGISTRATIONS: In order to receive any contract award, a vendor must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). To register a firm in the CCR system, visit http://www.bpn.gov or call 888.227.2423 or 269.961.5757. To register a firm in the ORCA system, visit http://www.bpn.gov. The USDA is an equal opportunity provider and employer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/467/AG-046W-S-12-0003/listing.html)
- Place of Performance
- Address: Clackamas, Oregon, 97015, United States
- Zip Code: 97015
- Zip Code: 97015
- Record
- SN02613685-W 20111029/111027234004-2fc6e8f42ff54b35474f474e69371c8e (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 |