Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOLICITATION NOTICE

Y -- Slate Peak Trailhead Reconstruction

Notice Date
3/6/2017
 
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-17-0008
 
Archive Date
4/26/2017
 
Point of Contact
Mariah R Morris, Phone: 509-664-9317, Gale A. Masters, Phone: 4257836051
 
E-Mail Address
mrmorris@fs.fed.us, gamasters@fs.fed.us
(mrmorris@fs.fed.us, gamasters@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 trailhead reconstruction on the Methow Valley Ranger District. The Slate Peak Trailhead Reconstruction project includes clearing and grubbing, excavation, aggregate surfacing, constructing and installing one bulletin board, installing and removing debris fence, installing wheel stops and guard rail. It is anticipated the project will include both base items and option items. The project consists of reconstructing the existing trailhead to improve parking. The lot will be expanded to allow parking for 10 vehicles. Guardrails will be installed on both sides of the parking lot to improve safety. Parking area will have 4" compacted aggregate surface. The project location is the Slate Peak Trailhead. From Winthrop Washington head West on Highway 2 to Mazama. Proceed on Road 9140 approximately 8 miles to junction of FSR 5400. Follow 5400 Road to the Harts Pass Guard Station. Stay Right to the 5400-600 Road and follow for approximately 2.86 miles to the end of the road (gate). The Project starts at this point. Contractor will furnish the necessary personnel, equipment, services, and facilities. The Forest Service will furnish all materials. 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 July 5, 2017 or as soon as the site is free of snow. Contractor shall start work within 5 days after contract award, and will be allowed 45 days after Notice to Proceed to complete the project. Project shall be completed prior to being snowed out for season. The project site is at 7160' in elevation. A typical work window allows contract work until around September 30. A firm-fixed price contract is contemplated requiring submission of both capability quote and cost/price criteria. 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 March 20, 2017. 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-17-0008/listing.html)
 
Place of Performance
Address: Slate Peak Trailhead, Winthrop, Washington, 98862, United States
Zip Code: 98862
 
Record
SN04424124-W 20170308/170306234425-26052edcafd97c4aa7dfdc38c30efe8b (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.