Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2023 SAM #7773
MODIFICATION

Z -- USDA Forest Service - Arkansas OUACHITA SOUTH Road Construction MATOC

Notice Date
3/8/2023 9:37:58 AM
 
Notice Type
Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USDA-FS, CSA EAST 11 Atlanta GA 303092449 USA
 
ZIP Code
303092449
 
Solicitation Number
12445123R0006
 
Response Due
4/17/2023 10:00:00 AM
 
Archive Date
05/02/2023
 
Point of Contact
Cynthia Granderson, Phone: 6019651619, Steven J Alves, Phone: 859-334-0524
 
E-Mail Address
cynthia.granderson@usda.gov, steven.alves@usda.gov
(cynthia.granderson@usda.gov, steven.alves@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Scope of Work:�� The United States Department of Agriculture (USDA), United States Forest Service (FS) intends to solicit and award�Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for road construction activities to cover multiple projects in the�State of Arkansas (South). Contract/Task Order Type/Limits:��Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC). The Government intends to award up to eight contracts per USDA State/National Forest location(s). Minimum Guarantee: $2,000 per contractor over the life of the contract Individual Contract Ceiling:�awarded will have a ceiling of $18,000,000.00* Maximum Aggregate Ceiling:�$18,000,000.00* across the contract Competitive Pool. *The Aggregate Ceiling for the contract pool�SHALL NOT BE EXCEEDED. �All contracts will have: Base Period (12 months after signature/award) Option period One (24 Months after exercising) Option period Two (24 Months after exercising) Set Aside:�These contracts and associated task orders are set-aside 100% for small businesses. Size Standard: $39.5M Authorized Contracting Units:��These contracts are for the use of USDA contracting officers located within the designated State USDA-FS.� Primary contracting authority for these IDIQ/MATOC contracts will be the USDA-FS in the designated state and zone within the state. �Alternate.� Any authorized USDA contracting officer may utilize these IDIQ/MATOC contracts to accomplish the outline tasks within the designated state and zone within the state. Location(s):��The USDA-FS will be the primary user. �The contractor�SHALL�be able to provide the construction services in the entire USDA-FS �pool� area.� Contractor SHALL provide services for the entire Forest.� The USDA-FS does not intend to award MATOCS for individual districts. ���� ��Forest Details: Ouachita National Forest�(USDA South)�https://www.fs.usda.gov/main/ouachita/about-forest/districts Map for reference: South Area Competitive Pool includes��(up to 12 Contracts): Caddo/Womble Ranger. District. Mt Ida, AR. Jessieville/Winona/ Fourche Ranger District. Jessieville, AR. Mena/Oden Ranger. District. Mena, AR Oklahoma Ranger District. Hochatown, OK. Poteau/Cold Springs. Ranger District. Waldron, AR North and EAST Areas: NOT covered under this MATOC Other USDA agencies may use these services in the state within the pool �zones�.�� The contractor�does not�have to fully cover these areas. State Details:� Arkansas (North, South, and East MATOC areas) �NAICS/PSC Codes:��These IDIQ/MATOCS consist of�Road Construction Services 237310 NAICS.� The CO will determine the appropriate NAICS and associated US Department of Labor Wage determination based upon each task order.� The contractor shall be able to perform all duties associated with the NAICS/PSC and sample SOW/Technical Specifications/Drawings. CONSTRUCTION.� The associated NAICS of these IDIQ/MATOCs is 237310 Highway, Street, and Bridge Construction and subject to the Davis-Bacon Act. Typical activities incurred along a road that shall be done under a construction contract subject to the DBA: -Patching of asphalt or other pavements -Replacing culverts -Striping pavements -Rehabilitating/recycling pavements -Fog or chip seals -Major slump/slide removal -Bridge maintenance -Aggregate surfacing (except minor spot surfacing which could be done under a service contract) Asphalt and Concrete paving Installation of new culverts Bridge Construction Parking Lot Construction/Reconstruction Utility Line Installation in conjunction with road construction Type of Work.��The contractor shall be capable of providing,�at a minimum,�all of the work under the title NAICS/PSC Codes.� These are not all encompassing.� The major categories of work activities required by the contract include clearing, earthwork, structural embankments, drainage structures, culvert removal/installation (including Aquatic Organism Passage (AOP), Box culverts, Corrugated Metal), culvert inlet/outlet cleaning, road base and surfacing (Blading & Ditching), brush removal, road structure demolition, road structure construction (such as retaining walls and minor bridge work), and road obliteration (decommissioning). Minor bridge work for new construction includes any simple span bridge structure equal to, or less than 80�-0� span length. Bridge superstructure may be precast reinforced concrete, precast-prestressed concrete, or timber. Bridge abutments may be reinforced concrete or timber grade beams, cast-in-place reinforced concrete shallow foundation, precast concrete modular block foundation, geosynthetic reinforced soil foundation, or driven or drilled steel piling foundation with a cast-in-place concrete pile cap. SAM.GOV Registration.� Note: prospective awardee shall be registered and active in the System for Award Management (SAM) data base when submitting an offer and shall continue to be registered until time of award, during performance, and through final payment of a contract resulting from this solicitation. Information on registration may be obtained via the internet at: http://www.sam.gov. All contractors and vendors must complete the electronic version of the Representations and Certifications in the SAM system. If at the time of receipt of offers, an Offeror is not actively and successfully registered in the SAM database, the Offeror will� not be considered for award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c558f0f029e4cf5b92623f97bcacced/view)
 
Place of Performance
Address: AR 71902, USA
Zip Code: 71902
Country: USA
 
Record
SN06611687-F 20230310/230309211939 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.