SOLICITATION NOTICE
Z -- Z--GPC Road Removal 2023, NPS-REDW
- Notice Date
- 1/27/2023 12:30:32 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- PWR PORE MABO (84000) POINT REYES STATION CA 94956 USA
- ZIP Code
- 94956
- Solicitation Number
- 140P8423R0001
- Archive Date
- 02/28/2023
- Point of Contact
- Gardner, Alanna, Phone: (415) 858-9668
- E-Mail Address
-
alanna_gardner@nps.gov
(alanna_gardner@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The National Park Service (NPS) at Redwood National and State Parks (REDW) has a requirement for removing roads, landings and skid roads to reduce future erosion and restore natural landforms and watershed systems in the Greater Prairie Creek (GPC) project area, which is located north and north-west of Orick, California. The Work shall be conducted in a single work phase between June 15 � October 31, 2023. This contract involves excavating road fill from stream channels, pulling back side-cast road fill, decompacting roads, retrieving buried debris from logging and other activities (culverts, cable, concrete foundations, etc.), and restoring the natural configuration of the land (ridges, stream valleys, and swales). Trees and logs encountered during excavations will be spread over finished surfaces. The finished surfaces of all areas disturbed by the equipment shall be left in a manner suitable for the re-establishment of native vegetation and potential trail construction. The Contractor shall provide all supervision, labor, equipment, testing, and supplies necessary to complete the work as identified in the project specifications and associated documents provided as attachments to the solicitation (when issued). All work shall be performed in accordance with local, state, and federal laws. The Contractor shall obtain all necessary permits required to successfully complete the work. Per FAR 36.204 the project range is estimated to be between $1,000,000 and $5,000,000. The North American Industry Classification System (NAICS) Code for this requirement is 237990, with a corresponding size standard of $45 million in annual gross receipts for the past three years. This acquisition is a Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall not be considered. Contract bid item work includes: Mobilization & Demobilization (this item consists of all preparatory work and operations for all items under the contract, including, but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site and all other work or operations which shall be performed, or costs incurred prior to beginning work on the various items on the project site. This item also includes bonding, permits, and remobilization and demobilization cost); Dozer and Operator (this item consists of furnishing a Dozer and Operator to perform the various treatment techniques in a collaborative effort with the Contracting Officer's Representative (COR) per contract specifications); Excavator and Operator (this item consists of furnishing an Excavator and Operator to perform the various treatment techniques in a collaborative effort with the COR per contract specifications); Haul Truck and Operator (this item consists of furnishing a Haul truck and Operator to perform the various treatment techniques in a collaborative effort with the COR per contract specifications); Loader (this item consists of furnishing a Loader and Operator to perform the various treatment techniques in a collaborative effort with the COR per contract specifications); Furnish Aggregate Base (this item consists of furnishing Aggregate Base per contract specifications. Aggregate Base shall be delivered to the site and stockpiled at areas designated in the plans. Aggregate Base may be used for a variety of purposes including pipe bedding and placement on roadways. This item does not include placement of Aggregate Base. Placement of Aggregate Base shall be paid separately through heavy equipment operation); OPTION - Hand Faller (this item consists of falling trees using hand tools on as-needed basis); OPTION - Dewatering (this item consists of furnishing and operating a dewatering pump and generator per contract specifications). The Request for Proposal (RFP) will be available on/about February 12, 2023, by electronic means only and can be downloaded along with all related attachments from the Contracting Opportunities website at www.sam.gov. The RFP will close 30 days from the actual date of issuance. The offeror is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFP. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a Best Value determination made after consideration of price and factors other than price (experience and past performance) as listed in the Request for Proposal. An organized site visit will be scheduled. While not mandatory, offerors are urged and expected to inspect the site where the work will be performed. See Section L of the RFP (when issued) for more information regarding the date, time, and location of the site visit.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c6cd829feaac4e1c891b58bf39fa4912/view)
- Place of Performance
- Address: Orick, CA 95555, USA
- Zip Code: 95555
- Country: USA
- Zip Code: 95555
- Record
- SN06575593-F 20230129/230127230103 (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 |