SOLICITATION NOTICE
Y -- Y--August Roads (CA2023-1) 27N02/29N30
- Notice Date
- 3/29/2024 11:18:46 AM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USDA FOREST SERVICE-SPOC SW Washington DC 20250 USA
- ZIP Code
- 20250
- Solicitation Number
- 12970224R0022
- Archive Date
- 04/20/2024
- Point of Contact
- KECK, CHRISTOPHER, Phone: 402-657-3092
- E-Mail Address
-
christopher.keck@usda.gov
(christopher.keck@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- GENERAL: The U.S. Forest Service, Department of Agriculture, is soliciting proposals on a Total Small Business set aside basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically at www.sam.gov. Proposal documents will be available for download and Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available. Solicitation #: 12970224R0022 Vendors can search for opportunities and award history on www.sam.gov without registering. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the USDA are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov at the receipt of proposals, at the time of award, and throughout award. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. Proposed Solicitation Issue Date: Estimated on/about April 13th, 2024. Description: The intent for this contract is to secure services for the reconstruction of FS road 27N02, 29N30 and its embankments which have multiple fill-slope failures on the Mad River Ranger District of Six Rivers National Forest. Reconstruct the roadway, embankment, and fill-slope to match its existing width and profile. Work consists of reconstructing embankments and fill-slopes with reinforced soil slopes, biaxial geogrid, geocomposite underdrains, rolled erosion control mat, and seeding. Additionally, selected sites require the removal and installation of corrugated steel culverts. This consists of disposing the existing culvert and replacing it with a new, upsized culvert along with the placement of surface aggregate, seeding, and mulching areas of exposed soil with straw. The roadway surface will consist of aggregate base course, asphalt concrete, and permanent pavement markings (aka fog line). Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded requiring submission of both a technical and price proposal. The government will consider an offeror's technical capability in comparison to its price. A source selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures, utilizing a Performance Price Trade Off process (PPT). The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest. All responsible sources may submit a proposal, which shall be considered by the agency. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $1,000,000 and $5,000,000 Estimated Period of Performance: 60 calendar days from Notice to Proceed Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents A pre-proposal meeting may be posted, and date/location will be noted in the solicitation. This project is subject to the Davis-Bacon Act. Bonds will be required as follows: Contractors are reminded that any amount awarded over $35,000 requires submission of a Payment Bond. Any amount over $150,000.00 requires both payment and performance bonds. Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of Agriculture (USDA) and the U.S. Forest Service (FS) changes. This procurement is a Total Small Business set aside set aside. Responsible small business sources may submit an offer that will be considered. The small business size standard for NAICS 237310 is $45 million. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small-disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov. Place of Performance: The project area is on the Mad River Ranger District of Six Rivers National Forest. Mad River: From Eureka take Highway 101 South to Highway 36 near Fortuna, California. Take Highway 36 east past the town of Dinsmore, continue east to the Mad River Ranger District Office. The estimated time of travel is approximately 1 hour and 30 minutes. Primary Point of Contact: Christopher Keck, Contracting Officer Christopher.keck@usda.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3aa17b6a3494419c9e39004b50c581f3/view)
- Record
- SN07014180-F 20240331/240329230057 (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 |