SOLICITATION NOTICE
38 -- RECOVERY - Chip Seal Maintenance of the 73 Road (Mt Watson Boulevard) on the LTBMU in Placer County
- Notice Date
- 9/17/2009
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Agriculture, Forest Service, EROC Southwest, 1323 Club Drive, Vallejo, California, 95492, United States
- ZIP Code
- 95492
- Solicitation Number
- AG-9702-S-09-0035
- Archive Date
- 11/16/2009
- Point of Contact
- Alfredo Lansangan, Phone: 707-562-9173, Fred Weatherill, Phone: 530-226-2508
- E-Mail Address
-
alansangan@fs.fed.us, fweatherill@fs.fed.us
(alansangan@fs.fed.us, fweatherill@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- Description: THIS IS AN AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) ACTION. The U.S. Forest Service, EROC SW region has a requirement for maintenance of the 73 Road (Mt Watson Boulevard) on the LTBMU in Placer County. Work includes a single layer chip seal with associated hand patching and brushing to prepare the road surface. Also included are traffic control items needed to maintain public traffic while work progresses. LOCATION From the intersection of Hwy 28 and Hwy 267, travel 3.2 miles North on Hwy 267 to Mt Watson Blvd. (Left Side). At the gate is the beginning of the project. Continue on Mt Watson for 10.75 miles to the end of existing chip seal. This is the end of the project. GOALS AND OBJECTIVES The contractor shall provide all management and project administration services, quality control, logistical support, vehicles, equipment and materials to complete the project on time and on schedule. Contractor shall comply with contract requirements with regards to work and materials. The period of performance is 30 calendar days after receipt of notice to proceed. Along with the Requirements and Responsibilities identified in this document, the Contractor shall provide project administration services to include the following: •Consultation with the Government regarding all aspects of the project •Attend pre-bid walk through, pre-construction conference, bi-weekly construction meetings and closeout •Travel •Direction and quality control of in-house personnel and consultants •Coordination and response to Submittals and Requests for Information •Coordination with the local utility companies •Coordination with the local government A negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. Award will be made to the offeror whose proposal offers the best value to the Government. The none price factors are more important than price. The evaluation factors will be stipulated in the solicitation documents. The estimated construction range of magnitude is between $250,000 and $500,000. The applicable North American Industry Classification System (NAICS) Code is 237310. The small business size standard is $14 million. Contractors are required to be registered with the Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA). This acquisition will be awarded as a Small Business Competitiveness Demonstration Program. The solicitation with specifications and wage rates will be posted to the http://www.fedbizopps.gov on or about October 2, 2009. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Proposal package and any applicable amendments, offerors must download them from the http://www.fedbizopp.gov website. Please provide the requested information no later than October 30, 2009 to: Fred Weatherill Contracting Officer U.S. Forest Service Economic Recovery Operations Center (EROC) SW 1323 Club Drive Vallejo, CA 94592 Email: fweatherill@fs.fed.us
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/35a3a1528cb365727ad6d30c61fae209)
- Place of Performance
- Address: Region 5. Lake Tahoe Basin, Mgmt Unit, Supervisor's Office, 35 College Drive, South Lake Tahoe, California, 96150, United States
- Zip Code: 96150
- Zip Code: 96150
- Record
- SN01959865-W 20090919/090918001138-35a3a1528cb365727ad6d30c61fae209 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |