Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

Z -- Road and General Construction Multiple Award IDIQ for the Chequamegon-Nicolet NF

Notice Date
3/25/2020 1:31:45 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
EASTERN REGION USDA FOREST SERVICE MILWAUKEE WI 53202 USA
 
ZIP Code
53202
 
Solicitation Number
1256A120R0003
 
Response Due
4/3/2020 11:00:00 AM
 
Archive Date
06/01/2020
 
Point of Contact
Melissa Johnson, Phone: 814-728-6241
 
E-Mail Address
melissa.a.johnson@usda.gov
(melissa.a.johnson@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Scope of Contract: The Government intends to make multiple awards of Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Road and General Construction with a period of performance of 5 years and a maximum overall value of $7M. Work will primarily be for the Chequamegon- Nicolet National Forest. As work is identified througout the life of the IDIQ, it will be competed amongst the IDIQ contract holders via�Task Orders.� The Task Orders will include the specific information and location of the project and quotes will be requested from the IDIQ holders.� Work contemplated as part of the IDIQs includes general road, bridge, structure, and site work as identified, but not limited to: Road: Work includes repair and construction of native surface, gravel or paved roads; and road repair and reconstruction due to damage from human or natural causes. Motorized and Non-motorized trails: Work includes repair and construction of native surface or surfaced trails; and trail repair and reconstruction due to damage from human or natural causes. Road decommissioning: Work includes de-compaction, partial or full re-contour to restore the roadway to a hydrological stable condition; removal of drainage structures and associated fill to restore site to natural contour; work may include excavation of stream channels without drainage structures; installation of gradient control devices in channels or sediment basins; tree transplanting; rock/log scattering; seeding, fertilizing and mulching; and the construction of water bars. Construction: Demolition/construction of small non-residential building. Bridge: Work includes repair and construction of steel, concrete, and timber road bridges; reconstruction of approaches; and related stream work within the project area. Trail bridges readily accessible by conventional road building equipment: Work includes construction or reconstruction of bridge. Site will be accessible from National Forest system roads or trails, or other public roads. Culverts, Aquatic Passage Structures, and Ancillary Structures: Work includes road structures for aquatic passages, bottomless arches, small bridges, retaining walls, and cattle guards that are part of National Forest roads. Stream restoration work:� work within a warm or cold water stream to restore the steam channel. Related work includes signs; guardrails; closure devices such as gates, cattle guards, fences; stream grade; alignment control; and scour protection. Gravel pit development: scalping, clearing and grubbing, working face development, and related work (NOT including gravel crushing).� � General excavation work typically associated with excavation companies.� Including but not limited to: installation of septic systems, building footing excavation and replacement, and related work. Project Location: Projects will primarily be located on the Chequamegon-Nicolet National Forest.� However, task orders may also be issued for other Forest Service units located within Wisconsin, Minnesota, and Michigan.� Specific project areas will be identified on each Task Order.�� A full solicitation will be made available on this site on or around February 26, 2020.� It will include all information necessary to submit an offer.� This solicitaton is set-aside for small businesses.� The NAICS code is 237310 and the small business size standard is $39.5M.� In order to submit an offer, vendors must be registered in www.sam.gov.� Obtaining a DUNS and registering in SAM are free of charge.� For assistance contact the SAM helpdesk or your local Procurement Technical Assistance Center.�� Amendment 1 is issued on 3/18/2020 correcting solicitation documents.� The offer response date is not changed.� Acknowledge Amendment 1 by signing and submitting the attached SF-30 and�revised price schedules as part of your cost proposal.� �Questions and Answers received through 3/18/2020 are also being provided.���� Amendment 2 is issued on 3/25/2020 correcting the Jackson Creek Price Schedule and providing the revised schedule for use in submitting your offer.� Acknowledge Amendment 2 by signing and submitting the attached SF-30 and revision 2 of the Jackson Creek price�schedule.� Questions and Answers received through 3/24/2020 are also being provided.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2bcbf74adcb74565a4055c1106c415cb/view)
 
Place of Performance
Address: Park Falls, WI 54552, USA
Zip Code: 54552
Country: USA
 
Record
SN05599990-F 20200327/200325230142 (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.