Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2016 FBO #5340
SOLICITATION NOTICE

99 -- BAER Gate Install

Notice Date
7/5/2016
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Contracting North - Okanogan-Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801, United States
 
ZIP Code
98801
 
Solicitation Number
AG-05GG-S-16-0020
 
Archive Date
8/18/2016
 
Point of Contact
Mariah R Morris, Phone: 509-664-9317, Linda Roxanne Hershey, Phone: 360-956-2438
 
E-Mail Address
mrmorris@fs.fed.us, lindahershey@fs.fed.us
(mrmorris@fs.fed.us, lindahershey@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Forest Service, Okanogan-Wenatchee National Forest servicing Region 6 has a requirement for gate install on the Tonasket and Methow Valley Ranger Districts. This work consists of the installation of 26 Government Provided single lane metal gates at various locations on the Okanogan-Wenatchee National Forest. Contractor shall be responsible for providing all labor, tools, material, and equipment necessary to perform all work in strict accordance with the specification and drawings. Payment for contract work will be made only for and under those pay items included in the Schedule of Items. All other work and materials will be considered as incidental to and included in the payment for the items shown. Contractor shall provide object markers and hardware for installation in accordance with MUTCD and install them on gates as shown on plans. Gates are currently located at the North Cascade Smokejumper Base (Winthrop, WA), Chelan Ranger Station "Bone Yard" (Chelan, WA), and Okanogan Valley Office (Okanogan, WA). Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, incidental supplies necessary to perform all work described in accordance with drawings and specifications of the contract. Contractor will be paid for actual work performed. The Contractor shall utilize products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, and are made from bio based materials (e.g. insulating foam, composite panels, concrete with fly ash, wood and concrete sealers) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered. The Contractor shall assume all risk, loss, damage, or expense arising out of prosecution of the work, except as otherwise provided in the contract. Award will be made in sufficient time for planning and preparation with on-site work to start on or after August 8, 2016, depending on weather conditions. All contract work shall be completed within 45 calendar days of the issuance of the Notice to Proceed. A firm-fixed price contract is contemplated requiring submission of both technical quote and business quote. Award will be made to the offeror whose proposal offers the best value to the Government. The estimated construction range of magnitude for this project is between $25,000 and $100,000. This acquisition is determined to be under the Small Business Competitiveness Demonstration Program and posted for 100% small business set aside. Contractors are required to be registered with System for Award Management (SAM). The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The solicitation with specifications and wage rates will be posted to the https://www.fbo.gov/ website on or after July 20, 2016. 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 https://www.fbo.gov/ website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05GG/AG-05GG-S-16-0020/listing.html)
 
Place of Performance
Address: Tonasket and Methow RD, Tonasket, Washington, 98855, United States
Zip Code: 98855
 
Record
SN04170831-W 20160707/160705234121-d82a0ba754d62f508bd7a38f7e3f49e1 (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 |
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.