SOLICITATION NOTICE
Z -- East Lights Road Improvement
- Notice Date
- 2/19/2020 10:45:26 AM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USDA FOREST SERVICE NEVADA CITY CA 95959 USA
- ZIP Code
- 95959
- Solicitation Number
- 129JGP20R0013
- Response Due
- 4/30/2020 12:00:00 PM
- Archive Date
- 05/15/2020
- Point of Contact
- Gregory Cunningham, Phone: 5304786162
- E-Mail Address
-
Gregory.Cunningham@usda.gov
(Gregory.Cunningham@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Description: THIS IS A PRE-SOLICITATION NOTICE FOR A REQUEST FOR PROPOSAL (RFP). Proposals shall only be requested and accepted from contractors who are a Small Business AND certified in System for Award Management (SAM, https://www.sam.gov/SAM/ ). The United States Department of Agriculture (USDA), United States Forest Service (USFS), has the requirement �East Lights Road Improvement� consisting of installing new corrugated metal pipe culverts, install rolling dips, install riprap aprons and armoring, perform road reconditioning and ditch reconditioning, and clean and repair existing drainage structures and channels including but not limited to the following; Construction Stakeout for new culvert and stream restoration (channel excavation). Implementation of dewatering system in accordance with Contract Requirements. Clearing and Grubbing of vegetation within the construction limits. Removal of existing 66� x 74� culvert. Drainage excavation for channel restoration, in accordance with the provided stakeout plan Disposal of excess excavation not utilized for construction, to a designated disposal area. Place riprap along inlet and outlet side of new culvert Place aggregate base for new culvert foundation, and along the inlet side of the fillslope, to the required depth. Furnish and Install new corrugated metal pipe-arch. Provide road closures, including signs and barricades, to close 27N09 where indicated in the specifications. Place streambed simulation material. Utilize onsite material if it meets the required gradation, or is sorted to the required gradation. If onsite material is not suitable, import material that meets contract requirements. Place channel rock material. Utilize onsite material if it meets the required gradation, or is sorted to the required gradation. If onsite material is not suitable, import material that meets contract requirements. Road Maintenance work shall consist of the following work items: Soil Erosion and Pollution Control, Including Dewatering Removal of Roadside Vegetation, dispose by scattering slash and decking timber Removal of existing structures and obstructions (primarily existing culverts), and dispose at commercial landfill Construct roadside ditch Construct ditch block Construct rolling dip. Construct riprap armored rolling dip Construct riprap armored spillway Construct riprap armored low water crossing Reconstruct existing ford crossing Excavate channel to redefine inlet at new culvert installation on FSR 27N09, MP 5.77. Construct lead �off ditch Construct riprap armored catch basin. Construct riprap armored fillslope Construct riprap armored culvert outlet Place aggregate base course for culvert foundation preparation. Place aggregate surface course across roadway surface, 14 feet wide (typically). Recondition existing roadway surface, native. Reconstruct roadbed, no aggregate surface course. Import native material as necessary to rebuild subgrade to previous elevation. Furnish and install new culvert pipe, 18 inch diameter. Furnish and install new culvert pipe, 24 inch diameter. Furnish and install new culvert pipe, 36 inch diameter. Cleaning existing culverts, as stated in the work list. Repair existing culvert, as stated in the work list. Install timber or rock barriers at local water sources. Contractor shall provide everything-including, but not limited to, all equipment, supplies, transportation, labor, and supervision-necessary to complete the project, except for that which the contract clearly states is to be furnished by the Government. Solicitation Number 129JGP20R0013 for this effort will be posted to Government Point of Entry Beta.Sam (https://beta.sam.gov/) on or about March 11th, 2020.� This solicitation will contain all necessary specifications, drawings and other information necessary submit a proposal for this project. A site visit will be held approximately 14 days after the official solicitation is posted or when weather permits. Project Location - Plumas National Forest, Mount Hough Ranger District, approximately 60 minutes north of Quincy, California, and 30 minutes northeast of Taylorsville, California. Project can be accessed, via State Highways 70, 89, and Antelope Lake Road or Plumas County Road 213. Disclosure of the magnitude of construction projects:� The estimated cost of the total project is expected to be between $1,000,000 and $5,000,000 NAICS Code: 237310 � Highway, Street, and Bridge Construction Size Standard: $36.5M����� 100% Small Business Set Aside ������ ��������������������������� Point of Contact: ��Gregory Cunningham, Contracting Officer Gregory.Cunningham@USDA.gov (530) 478-6162 Interested firms are encouraged to register via https://beta.sam.gov/ in order to view the formal solicitation when it is released.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1ac8ff63c29144ddae218a110dd116aa/view)
- Place of Performance
- Address: Taylorsville, CA 95983, USA
- Zip Code: 95983
- Country: USA
- Zip Code: 95983
- Record
- SN05565535-F 20200221/200219230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |