Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2018 FBO #5942
SOLICITATION NOTICE

Y -- Uno Suppression Repair 2018

Notice Date
2/27/2018
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge 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
1205GG18R0002
 
Archive Date
4/28/2018
 
Point of Contact
Mariah R Morris, Phone: 509-664-9317
 
E-Mail Address
mrmorris@fs.fed.us
(mrmorris@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 road repair located on the Chelan and Methow Valley Ranger Districts. Work will include the following; reconstruct existing drain dips, build new drain dips, road reconditioning, haul and place 4" compacted aggregate surfacing in areas as specified, and open the Grade Creek Road by removing all rocks and logs that may have closed the road during the winter. Work is located on the Grade Creek Road, FSR 8200 (Chelan RD) and the South Fork Gold Creek Road, FSR 4330 and 4330600 (Methow Valley RD). 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. It is anticipated that this contract will be awarded by May 1, 2018 with work to begin as soon as the project site is snow free. The lower elevation work could be accessible early June and the upper elevations could be open by early to mid July. It is anticipated the Contractor will be allowed 60 days after Notice to Proceed to complete the project. It is encouraged that the work be done as soon as the snow is off the work area to take advantage of the optimal moisture content in the soil. Pay Item 17003 Water will only be utilized if the subgrade dries out. A firm-fixed price contract is contemplated requiring submission of both technical proposal and business 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 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 14, 2018. 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/1205GG18R0002/listing.html)
 
Place of Performance
Address: Chelan and Methow Valley RD, Chelan, Washington, 98816, United States
Zip Code: 98816
 
Record
SN04836120-W 20180301/180227231302-b0d6f5e4f5371fb857347f2574d29a7d (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.