SOLICITATION NOTICE
Z -- Curly Pit Crush and Stockpile
- Notice Date
- 5/15/2024 8:58:03 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Coconino National Forest FLAGSTAFF AZ 86004 USA
- ZIP Code
- 86004
- Solicitation Number
- 127EAX24R0016
- Response Due
- 5/31/2024 4:00:00 PM
- Archive Date
- 06/15/2024
- Point of Contact
- Denise Thomas
- E-Mail Address
-
denise.thomas2@usda.gov
(denise.thomas2@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, Flagstaff Ranger District, is soliciting proposals on a Total Small Business set aside basis from all interested businesses having the capacity to perform the work described below.� The solicitation will be issued electronically at www.sam.gov.� Proposal documents (Statement of Work, Specifications, Drawings and Maps) will be available, in the solicitation, for download in Adobe PDF format.� Please Note: Paper copies of the solicitation will not be made available. Solicitation #:� 127EAX24R0016 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 and at the time of 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 June 3, 2024. Description: The work for this project requires the Contractor to be responsible for supplying all labor, materials, equipment, utilities, miscellaneous items, freight and delivery and all necessary valid licenses for the work summarized as follows: This project will consist of mobilization, surveying, clearing, and grubbing, drilling, blasting, sampling and testing, stockpile surveying for quality control and crushing and stockpiling of an aggregate material in accordance with the plans and specifications. The Contractor shall be responsible to obtain all permits as required by Arizona Department of Environmental Quality (ADEQ) for the Contractor�s methods of operation(s). 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 Best Value - Trade Off process.� The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interests.� 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 $250,000 and $500,000. Estimated Period of Performance:� 180 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 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.� Responsible small business sources may submit an offer that will be considered.� The small business size standard for NAICS 237990 is $45.0 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 acquisition 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 is located on the Flagstaff Ranger District of the Coconino National Forest in Coconino County, Arizona. From Flagstaff, head north on HWY 180 for approximately 22.3 miles and turn right onto FSR 523. Continue east on FSR 523 for approximately 1.1 miles until reaching Curly Pit on the right side of FSR 523. The site is remote; however amenities may be accessible within or around Flagstaff. Lat/Long: 35.452770�, -111.752865�. Primary Point of Contact: Denise Thomas Contract Specialist Denise.thomas2@usda.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9f6bdd709b174635877e9bb2f98f2ede/view)
- Place of Performance
- Address: Flagstaff, AZ 86004, USA
- Zip Code: 86004
- Country: USA
- Zip Code: 86004
- Record
- SN07065236-F 20240517/240515230048 (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 |