Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

Y -- Silver Star Sno Park

Notice Date
2/27/2020 3:14:00 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
OKANOGAN-WENATCHEE NATIONAL FOREST WENATCHEE WA 98801 USA
 
ZIP Code
98801
 
Solicitation Number
1205GG20Q0002
 
Response Due
3/18/2020 4:00:00 PM
 
Archive Date
04/02/2020
 
Point of Contact
Mariah Morris-Titus, Phone: 5096649317
 
E-Mail Address
mariah.morristitus@usda.gov
(mariah.morristitus@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
UPDATE February 27, 2020:� After dicussion with Engineering and� AQM leadership direction, it was determined that we would utilize an existing Road Construction BPA contract tool for advertisement, instead of open market through beta.SAM/Contrat Opportunity. Silver Star Sno Park The U.S. Forest Service, Okanogan-Wenatchee National Forest servicing Region 6 has a requirement to develop a winter mixed use trailhead along Highway 20 at Silver Star Creek to help alleviate parking congestion at the nearby Early Winters area. The Silver Star Sno Park area is located in Okanogan County Washington on the Methow Valley Ranger District of the Okanogan-Wenatchee National Forest. The project work consists of creating and following a detailed traffic control plan for working on the shoulder of Hwy 20, installing erosion control material as needed to prevent sediment from entering the streams within or adjacent to the work area, survey and staking for the length of the project area, clearing and grubbing with the removal of several hazard trees, excavation and shoulder widening construction, ditch construction, creating two detention ponds, furnishing and installing several concrete jersey style barriers, furnishing and installing a single, concrete vault toilet, furnishing and installing several information and regulatory signs and placement and compaction of both base course and surface course aggregate. �Excess excavated material and clearing slash will be either chipped on site or hauled approximately 5.5 miles to a designated spoil location where the contractor will stockpile or deck the slash depending on size. The contract standards for construction will be the U.S. Department of Transportation, �Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects: FP-14� and include applicable Forest Service �Supplemental Specifications� that amend the FP-14. The contractor will be required to meet these standards with all work. Contractor shall furnish all labor, materials, equipment, tools, transportation, and 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, and waste reduction. In addition, make 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. The Contracting Officer may adjust the work limits based on existing conditions and funding requirements as needed. It is anticipated the contract will be awarded with sufficient time for planning and preparation with on-site work expected to start on or around June 1, 2020 but could begin earlier weather permitting. Contractor will have 60 days from the issuance of a Notice to Proceed to complete all required work.� All work must be completed by November 1, 2020. 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 https://beta.sam.gov/ website on or after February 24, 2020.� 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://beta.sam.gov/website.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/edd5cefa9f6342788af44b6e1c878cdd/view)
 
Place of Performance
Address: Winthrop, WA 98862, USA
Zip Code: 98862
Country: USA
 
Record
SN05574396-F 20200229/200227230140 (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  © 1994-2020, Loren Data Corp.