SOLICITATION NOTICE
Y -- Lake Chelan Debris Booms 2016
- Notice Date
- 3/2/2016
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Contracting North - Okanogan-Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801, United States
- ZIP Code
- 98801
- Solicitation Number
- AG-05GG-S-16-0007
- Archive Date
- 4/22/2016
- 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 the installation of 1,480 feet of Government furnished debris booms on the Chelan Ranger District. This work consists of transport and installation of plastic debris booms (Tuff Booms). It is anticipated work shall include the following: 1) Transporting Government furnished booms from Lucerne Landing, assembling and installing them at Railroad Creek (approximate length 1,200 feet) and staging approximately 300 feet of assembled boom at Lucerne Landing adjacent to the Guard Station. 2) Transporting and installing Government furnished ecology blocks located at 25 Mile Fire Camp (approximately 4) to be used as the anchor blocks with an additional 6-10 blocks to be placed in the water as intermediate anchors. 3) Preform maintenance on booms for one year. Year will be from the date of the Notice to Proceed to November 11, 2016. Contractor will need to be able to monitor the booms throughout the year and be prepared to repair any damage to the booms within 48 hours. 4) Preform cleanout after debris flow. All material will be removed and hauled to Prince Creek. Contractor will need to be able to respond to a debris flow within 48 hours of incident. Contractor will be required to stay on site until boom is cleaned out and navigational waters are clear. The contractor is responsible for providing all labor, materials, tools, and expertise for the construction of the finished booms at the designated locations. It is anticipated this procurement will include optional items, dependent on funding. Option Items would include the periodic maintenance of the booms for year 2 and 3 and the cleanout of booms after potential debris flow. 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 and at the locations shown on attached maps. Under the Option Items Contractor will be paid for actual work performed. 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 April 13, 2016 depending on weather conditions. Work is to be completed within 30 calendar days after issuance of Notice to Proceed. A firm-fixed price contract is contemplated requiring submission of both technical quote and business quote. 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 $25,000 and $100,000. 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 System for Award Management (SAM). The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The solicitation with specifications and wage rates will be posted to the https://www.fbo.gov/ website on or after March 17, 2016. 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-16-0007/listing.html)
- Place of Performance
- Address: Lake Chelan RD, Chelan, Washington, 98816, United States
- Zip Code: 98816
- Zip Code: 98816
- Record
- SN04036553-W 20160304/160302234450-2d67ca89b9dc9102b3c223f746497691 (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 |