Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2013 FBO #4228
SOLICITATION NOTICE

Z -- CUSTER NATIONAL FOREST - Riley Pass Non Tronox Bluffs I1 & F2 and Tronox Bluff G Reclamation

Notice Date
6/20/2013
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-1 East Side Acquisition Team: Beaverhead-Deerlodge; Custer; Helena; Gallatin; Lewis & Clark NFs; Dakota Prairie NG, Montana, United States
 
ZIP Code
00000
 
Solicitation Number
AG-0355-S-13-0022
 
Archive Date
12/31/2013
 
Point of Contact
Gary B. Stephens, Phone: (406) 587-6774, Dana M. Bangart, Phone: (406) 587-6763
 
E-Mail Address
gbstephens@fs.fed.us, dbangart@fs.fed.us
(gbstephens@fs.fed.us, dbangart@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
CUSTER NATIONAL FOREST - Riley Pass Non Tronox Bluffs I1 & F2 and Tronox Bluff G Reclamation. Description of Work. The intent of the contract is to provide for the construction and completion of the work described. The precise details of performing the work are not stipulated except as considered essential for successful completion of the work. Furnish all labor, material, equipment, tools, transportation, supplies, and supervision necessary to complete the work according to the contract Work shall consist of construction survey and staking, the consolidation of mine wastes, the consolidation of mine spoils, constructing a seepage collection system for an existing spring, reclamation of disturbed areas and road improvements (Welch Fire Road) within the Riley Pass Uranium Mines Sites. For purposes of this contract, the Site includes Bluff I1 (consisting of Wastes designated as I1-5, I1-6, I1-7, I1-8), Bluff F2, and Bluff G, 1 through 5. All mine waste shall be removed and placed in the repository before moving spoils. Spoils A, B and C shall then be removed and placed on top of the waste in the repository. The Site also includes a borrow area, a repository area, and access roads. Project Location. The Site is located in the North Cave Hills land unit of the Custer National Forest in Harding County, South Dakota. Bluff I1, I3, F and G are located in Sections 35 and 36, Township 22 North, Range 5 East, Black Hills Meridian. The Site is approximately 100 miles north of Belle Fourche, South Dakota, 25 miles north of Buffalo, South Dakota, and 30 miles south of Bowman, North Dakota. The nearest town is Ludlow, South Dakota, which is approximately 5 miles to the east. The Site can be accessed by turning west off of U.S. Highway 85 onto the Tufte Road, 2 miles north of Ludlow; then turning left on the Riley Pass Road which turns into Forest Service Road (FSR) #3120 at the National Forest boundary. The main access roads within the Forest boundary are Forest Service Roads #3120 and #3130. OSHA Certification. The Contractor shall provide written documentation that the onsite project manager and all other employees engaged in the work has received the Occupational Safety and Health Administration 40 hour Hazardous Waste Operations and Emergency Response (HAZWOPER) Training required under 29 CFR 1910.120. The Contractor must provide copies of certifications, including annual refresher training certifications, prior to issuance of notice to proceed which is estimated to be issued 14 days after award. The Contractor shall utilize only onsite personnel that have completed HAZWOPER training when work is being performed. Vendors delivering supplies to the site are not required to complete HAZWOPER training. Construction Methods. The Contractor assumes full and sole responsibility for the means and methods necessary to complete the work in accordance with the project specifications. Conventional construction equipment and techniques may not always be appropriate for this project, and the Contractor shall consider these factors when preparing the bid and planning and scheduling the work. Per FAR 36.204(e), disclosure of magnitude, the price range is estimated between $500,000 and $1,000,000. Period of Performance. All work under this contract is to be completed by December 1, 2013. It is estimated the solicitation and all bidding materials will be posted to this FBO site around mid July 2013. The project will solicited as a 100% Total Small Business Set-Aside. A bid guarantee equal to 20% of the bid price or $200,000 (whichever is less) will be required at time of bid. Additionally, evidence of HAZWOPER training by those that will perform work onsite will be required at time of bid. If HAZWOPER training is not complete at time of bid, evidence of enrollment in training with completion prior to Notice to Proceed is required. Period of Performance shall not be extended to accommodate for training completion for contractor's onsite personnel.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/398/AG-0355-S-13-0022/listing.html)
 
Place of Performance
Address: North of Buffalo, South Dakota, Ludlow, South Dakota, 57755, United States
Zip Code: 57755
 
Record
SN03094855-W 20130622/130620235003-2537d7e27be099ff86a9e5e6fdc30b7b (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.