SOLICITATION NOTICE
Z -- GAOA Bayview Parking Lot Upgrades
- Notice Date
- 3/28/2023 6:04:13 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Lake Tahoe Basin Management Unit SOUTH LAKE TAHOE CA 96150 USA
- ZIP Code
- 96150
- Solicitation Number
- 127EAW23R0015
- Response Due
- 4/11/2023 4:00:00 PM
- Point of Contact
- Paula Sales, Richard Skinner
- E-Mail Address
-
paula.sales@usda.gov, richard.skinner@usda.gov
(paula.sales@usda.gov, richard.skinner@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THE SOLICITATION FOR THIS PROJECT WILL BE POSTED ON OR ABOUT 11 April 2023. AND WILL CLOSE ON OR ABOUT 11 May 2023. PROJECT DESCRIPTION: The Bayview Trailhead Parking Upgrades Project includes the construction of an 88-space parking lot and corresponding access road within the Bayview recreation area in South Lake Tahoe, CA. Option items include the construction of a sediment basin and painting of pavement markings. The work includes, but is not limited to roadway excavation, aggregate base placement, and asphalt placement. Prior to the beginning of this project, the government will be responsible for tree and stump removal as well as clearing and grubbing and pavement removal within the limits of this contract. One lane of access to the northern portion of the site will remain open during construction and pedestrian access to National Forest Lands will be maintained. This project will require coordination with the Bayview Trailhead special use permit holder. PROJECT LOCATION: From the Lake Tahoe Basin Management Unit�s Supervisor�s Office: �travel northeast on College Ave. toward Al Tahoe Blvd. for 305 feet, turn left onto Al Tahoe Blvd. for 0.4 miles, turn left onto Lake Tahoe Blvd. for 2.0 miles, turn right onto CA-89 N / Emerald Bay Rd. for 7.6 miles, turn left onto Bayview Trailhead Road (38.94716� N, 120.099446� W) Contractors shall furnish all labor, supervision, equipment, materials, transportation, supplies (unless specified elsewhere as Government-furnished), and incidentals required to accomplish specified work in compliance with the terms, specifications, and provisions of the contract. Work is estimated to begin around June 1, 2023. Engineering point of contact is Michael Alexander, telephone: 530-543-2864. Both performance and payment bonds will be required for this project as well as a bid guarantee.� In accordance with FAR 36.204 the estimated magnitude of construction is between $250,000 and $500,000.� This procurement will be solicited using North American Industry Classification System NAICS 237990 with size standard $45 mil. This project is set aside 100% Total Small Business.� This Pre-solicitation Notice seeks to provide information to interested parties about potential opportunity to perform the construction, additions, alterations, or maintenance and repairs as described above. This Pre-solicitation Notice does not commit the Government to contract for any supply or service. � Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this Pre-solicitation Notice. �All costs associated with responding to this Pre-solicitation Notice will be solely at the responding party's expense. �Please be advised that all submissions become Government property and will not be returned. �Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3f32c73fcf12480f989b14786a354892/view)
- Record
- SN06632349-F 20230330/230328230110 (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 |