Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOLICITATION NOTICE

Z -- Road Construction and Maintenance Indefinite-Delivery Indefinite-Quantity [IDIQ] Contracts. Region 5 Southern Sierra Zone National Forests. USDA Forest Service

Notice Date
5/13/2022 12:02:35 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USDA-FS, CSA SOUTHWEST 6 Albuquerque NM 871023498 USA
 
ZIP Code
871023498
 
Solicitation Number
127EAW22R0032
 
Response Due
6/21/2022 12:00:00 PM
 
Point of Contact
Jeremy Bedner, Phone: 7075628756
 
E-Mail Address
jeremy.bedner@usda.gov
(jeremy.bedner@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a pre-solicitation synopsis for informational purposes only to make industry aware of an upcoming IDIQ requirement to be solicited. This is NOT the solicitation / Request for Proposal. No solicitation yet exists; therefore, do NOT request a copy of the solicitation, bid documents, specifications, or drawings. Responses or proposals are not required at this time. PROJECT DESCRIPTION The USDA Forest Service Procurement and Property Services, Field Procurement Operations, Southwest Zone, Contract Service Area 6, on behalf of Region 5, is currently preparing a solicitation / Request for Proposal [RFP] for multiple-award Indefinite-Delivery Indefinite-Quantity [IDIQ] contracts for road construction and maintenance for the Southern Sierra Zone National Forests. The Government intends to solicit and award multiple IDIQ contracts for road construction and maintenance for the National Forests within the Southern Sierra Zone: Inyo, Sequoia, Sierra, and Stanislaus. The Government anticipates ten (10) IDIQ contracts to be awarded. The contracts are anticipated to have a five-year performance period with a base year and four (4) one-year option periods. The scope of work of these contracts shall include road construction and road maintenance project task orders. Road Construction project work includes the following: Repair and construction of native surface, gravel or paved roads; and road repair and reconstruction due to damage from human or natural causes. Bridge. Work includes repair and construction of steel, concrete, and timber road bridges; reconstruction of approaches; and related stream work within the project area. 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; installation of gradient control devices in channels or sediment basins; seeding, fertilizing and mulching; and the construction of water bars. Trail bridges. located at trailheads readily accessible by conventional road building equipment. Work includes construction or reconstruction of bridge. Site will be accessible from National Forest system 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. The road construciton projects shall include, but are not limited to, the following work: road construction and re-construction, emergency road construction due to major emergencies such as landslides, flooding, fire, etc.; road and/or parking area construction, reconstruction, reconditioning, maintenance, decommissioning; vegetative clearing, grubbing, and brushing; culvert removal, installation, and repair; road/stream interaction projects; aquatic organism passage projects; erosion control; sign installation and repair; road closure gate/barrier installation and repair, including minor concrete forming and finishing; crushed aggregate material haul; haul and placement of imported borrow or aggregate. Road Maintenance project work includes the following: repair and maintenance of native surface, gravel, or paved roads; and road maintenance due to damage from human or natural causes, brushing and mowing, grading, rock raking, removal of oversized materials, ditch cleaning, cleaning culverts and decommissioning of roads (without construction of any new features or repair of any existing features); installation and maintenance of road signs. The road maintenance projects shall include, but are not limited to, the following work: road maintenance, emergency road maintenance due to major emergencies such as landslides, flooding, fire, etc.; road and/or parking area maintenance, vegetative clearing, grubbing, and brushing; culvert repair; road/stream interaction projects; erosion control; dust abatement; sign installation and repair; road closure gate/barrier installation and repair; spot surfacing; Asphalt pavement patching; asphalt crack sealing; ditch maintenance; Crushed aggregate material haul; haul and placement of imported borrow or aggregate. ACQUISITION INFORMATION This acquisition shall be a total small business set-aside. The IDIQ contract shall cover road construction work and will be used to award task orders for road construction projects. Davis-Bacon Construction Wage Determination shall apply to any resulting task orders for road construction. The IDIQ contract shall cover road maintenance work and will be used to award task orders for road maintenance projects. Road maintenance projects shall be considered services. Accordingly, the Service Contract Act [SCA] Wage Determination shall apply to any resulting to any resulting task orders for road maintenance. The base IDIQ contract award and associated task orders shall be firm-fixed-price. The North American Industry Classification System [NAICS] code for this acquisition is 237310 � Highway, Street, and Bridge Construction, with small business size standard of $39.5M in annual revenue. Solicitation posting date is tentatively planned for on or about MAY 24, 2022. All proposal submission instructions and evaluation information shall be provided with the solicitation RFP. Interested parties are hereby notified that the solicitation will be available exclusively on the Contract Opportunities website. sam.gov The solicitation, attachments, and amendments (if any) will be published for viewing, printing, and downloading from the Contract Opportunities website only. It is the potential offeror's responsibility to monitor Contract Opportunities for the release of amendments, changes, or other information pertaining to the solicitation. No hardcopy/paper versions of the solicitation or amendments will be distributed. Contractors must be registered in the System for Award Management [SAM] database in order to receive a contract award from any USDA Forest Service activity. Lack of registration in the SAM will render an offeror ineligible for award. SAM information can be found at sam.gov. Offerors shall have and maintain an active registration in the SAM database at the time of bid/proposal submission and award to be eligible for a Government contract award. If at the time of bid submission and/or award an offeror is not successfully and active in the SAM database, the Government reserves the right to award to the next prospective offeror. Offerors may complete Representations and Certifications online via SAM at sam.gov. Ensure Unique Entity ID [UEI] and CAGE Code numbers are active and registered. For additional information or questions contact the Contracting Officer, Jeremy Bedner, by email jeremy.bedner@usda.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/25d7c51782204600aeee2ae101a095c9/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN06326813-F 20220515/220513230059 (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.