Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2024 SAM #8166
SOLICITATION NOTICE

Z -- Rock Creek Lake Boat Launching Facility Rehabilitation - GAOA

Notice Date
4/4/2024 9:14:02 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USDA-FS, CSA SOUTHWEST 6 Albuquerque NM 871023498 USA
 
ZIP Code
871023498
 
Solicitation Number
127EAW24R0016
 
Response Due
4/20/2024 9:00:00 AM
 
Archive Date
05/05/2024
 
Point of Contact
Tanya Torres
 
E-Mail Address
tanya.torres@usda.gov
(tanya.torres@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRE-SOLICITATION NOTICE This is a pre-solicitation notice for informational purposes only to make industry aware of an upcoming project requirement to be solicited. This is NOT the solicitation Request for Proposal (RFP). No solicitation yet exists; therefore, do NOT request a copy of the solicitation, bid documents, specifications, or drawings. Responses or proposals are not required at this time. The USDA Forest Service Procurement and Property Services, Field Procurement Operations, Southwest Zone, Contract Service Area 6, on behalf of Region 5, is currently preparing a solicitation RFP to rehabilitate the Rock Creek Lake Boat Launching Facility (BLF), Inyo National Forest. Rock Creek Lake BLF is a popular boating, kayaking, canoeing, and fishing facility. The BLF is also located close to various campgrounds and day-use Facilities. Work associated with this contract includes, but is not limited, to the following:��������������������������������������������������������������������������� Boat Ramp: The Contractor shall replace the existing boat ramp. Boarding Float: The Contractor shall construct and install a cable guided boarding float. Accessible Pathway: The Contractor shall construct a concrete accessible path of travel. Restrooms: The Contractor shall demolish the existing flush toilet building, and replace it with a double vault toilet building. Boat Ramp Light: The Contractor shall install a new light fixture near the new boat ramp as shown on the project drawings. Water Supply: The Contractor shall install a new yard hydrant. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, non-personal services, and all items necessary to perform the project work and associated contract requirements. The contract duration is anticipated to be 180 calendar days from the issuance of the Notice to Proceed (NTP). Work is anticipated to start June 2024. The full scope including associated specifications and drawings shall be provided with the issued solicitation RFP. Site Visit information will be provided with the issued solicitation RFP. ACQUISITION INFORMATION This acquisition shall be a�total small business set-aside. This is a construction project, and Request for Proposal and resulting contract is for construction. Davis-Bacon Construction Wage Rates shall apply to any resulting contract. The awarded contract shall be firm-fixed-price. IAW Federal Acquisition Regulation (FAR) 36.204 Disclosure of the magnitude of construction projects, the estimated price range of this contract is between $1M and $5M. The North American Industry Classification System (NAICS) code for this acquisition is 237990 � Other Heavy and Civil Engineering Construction, with small business size standard of $45M in annual revenue. Solicitation posting date is tentatively planned for on or about 22 April 2024. All proposal submission instructions and evaluation information shall be provided with the solicitation RFP. Interested parties are hereby notified that the solicitation will be available exclusively on the Contract Opportunities website�SAM.gov (https://sam.gov). The solicitation, attachments, and amendments (if any) will be published for viewing, printing, and downloading from the Contract Opportunities website only. It is the potential offeror's responsibility to monitor Contract Opportunities for the release of amendments, changes, or other information pertaining to the solicitation. No hardcopy/paper versions of the solicitation or amendments will be distributed. Contractors must be registered in the System for Award Management (SAM) database in order to receive a contract award from any USDA Forest Service activity. Lack of registration in the SAM will render an offeror ineligible for award. SAM information can be found at�SAM.gov. Offerors shall have and maintain an active registration in the SAM database at the time of bid/proposal submission and award to be eligible for a Government contract award. If at the time of bid submission and/or award an offeror is not successfully and active in the SAM database, the Government reserves the right to award to the next prospective offeror. Unique Entity Identifier (UEI) number and CAGE Code numbers are required. � For additional information or questions contact the Contract Specialist Tanya Torres via email at Tanya.Torres@usda.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/43b0bb75d33b4fe29dbe661347636609/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN07020136-F 20240406/240404230053 (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 |
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.