Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2012 FBO #3884
SOLICITATION NOTICE

Y -- FSR 1601 Erfo Repair

Notice Date
7/11/2012
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801
 
ZIP Code
98801
 
Solicitation Number
AG-05GG-S-12-0034
 
Archive Date
8/31/2012
 
Point of Contact
Mariah R Morris, Phone: 509-664-9317, Lynn Tucker, Phone: 509-664-9234
 
E-Mail Address
mrmorris@fs.fed.us, ljtucker@fs.fed.us
(mrmorris@fs.fed.us, ljtucker@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Forest Service, Okanogan-Wenatchee National Forest servicing Region 6 has a requirement for repairing Forest Service Road (FSR) 1601 at mile post 0.3 by installing a contractor provided low rise structural plate bottomless arch, span 36' rise 10'9" and be 35' long. The contractor will dewater the site, excavate the crossing and construct aggregate pads to place the precast footings on from which the contractor will erect the plate arch. The contractor will supply precast footings. The contractor will back fill the pipe according to manufacture specifications or a minimum of 4 feet with structural back fill material. The remaining fill area and road prism will be filled with unclassified borrow located on site. If more unclassified fill is needed it will be obtained from the 1603250 borrow pit. Any excess material will be hauled to the 160250 borrow pit. Road surfacing will be provided from the stock pile located next to the 1603250 borrow pit. The area within the arch will be backfilled using stream simulation methods. Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, incidental supplies necessary to perform all work described in accordance with drawings and specifications of the contract. Contractor will be paid for actual work performed. The Contractor shall utilize products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, and are made from bio based materials (e.g. insulating foam, composite panels, concrete with fly ash, wood and concrete sealers) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered. The Contractor shall assume all risk, loss, damage, or expense arising out of prosecution of the work, except as otherwise provided in the contract. Award will be made in sufficient time for planning and preparation with on-site work to start on or after September 4, 2012. The normal operating season for this project is July 16 through October 26. All in water work must be completed during the water work window which is July 15 through October 15 for the structure installation on Nile Creek. It is anticipated there will be a pre-bid meeting on August 9, 2012. More details will be included in the Solicitation once it is issued. A firm-fixed price negotiated contract is contemplated requiring submission of both a technical and a price proposal. Award will be made to the offeror whose proposal offers the best value to the Government. The estimated construction range of magnitude for this project is between $100,000 and $250,000. This acquisition is determined to be under the Small Business Competitiveness Demonstration Program and posted for 100% small business set aside. Contractors are required to be registered with the Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA). The solicitation with specifications and wage rates will be posted to the https://www.fbo.gov/ website on or after July 26, 2012. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Proposal package and any applicable amendments, offerors must download them from the https://www.fbo.gov/ website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05GG/AG-05GG-S-12-0034/listing.html)
 
Place of Performance
Address: Naches Ranger District, Naches, Washington, 98937, United States
Zip Code: 98937
 
Record
SN02799822-W 20120713/120711235826-5805326e3cabea89518c8b522a40896b (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 |
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.