Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2023 SAM #8010
SOLICITATION NOTICE

Y -- Minnetonka Cave Overlook Deck & Other Improvements Project (GAOA)

Notice Date
10/31/2023 10:15:20 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USDA-FS, CSA INTERMOUNTAIN 8 Ogden UT 844012310 USA
 
ZIP Code
844012310
 
Solicitation Number
1240LT23R0103
 
Response Due
11/3/2023 11:00:00 AM
 
Archive Date
11/18/2023
 
Point of Contact
Elizabeth Ratcliff, Phone: N/A
 
E-Mail Address
elizabeth.ratcliff@usda.gov
(elizabeth.ratcliff@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Project Title: Minnetonka Cave Overlook Deck & Other Improvements Project (GAOA)� The contractor shall provide all materials, labor, equipment, tools, transportation, supervision, expertise, and other incidentals necessary, except as otherwise provided, to successfully complete the above referenced project. Set Aside: Total Small Business Set-Aside (FAR 19.5). This is a Request for Proposal (RFP). The government intends to award one purchase order to the Lowest Price technically Acceptable. The contractor SHALL quote all line items. The government reserves the right to award each line item individually if that represents the best value to the government. Magnitude: (c) Between $100,000 and $250,000. Location: Minnetonka Cave Rd, St Charles, ID 83272, USA Latitude: 42.088230� Longitude: -111.519535�. Period of Performance: September 3, 2024 to December 2, 2024 Site Visit: Self-Paced/No planned Government Escorted Visit Questions Due No Later Than: October 13, 2023 at 12:00 PM MDT. E-mail your questions elizabeth.ratcliff@usda.gov using the �Contractor Questions and Answers Template� attached to this e-mail. RFP Close Date/Proposal Deadline: November 03, 2023 at 12:00 PM MDT. E-mail your proposal to elizabeth.ratcliff@usda.gov. E-mail Subject Line: 1240LT23R0103 Proposal Submission by ""Your Business Name"". ADDITIONAL INFORMATION In accordance with the Procurement Integrity Act (41 U.S.C. � 21) (41 USC � 423) and the Federal Acquisition Regulation (FAR) 3.104, potential contractors are�strictly prohibited�from making�direct contact�with Federal Government program managers, engineers, or any other personnel seeking products or services�other than�the contracting officer or contracting specialist responsible for that contract opportunity. Individuals who violate the procurement integrity provisions may be subject to criminal and civil penalties, and administrative remedies. The penalties are discussed under 41 U.S.C. Chapter 21 (4) and FAR 3.104-8. It is essential for all potential contractors to be fully aware of and compliant with these regulations. Contracting officers and contracting specialists, who announce�contract opportunities�on SAM.gov,�act as the liaisons�between the Federal Government and potential contractors.�As such, all inquiries, questions, or concerns from interested contractors should be sent exclusively to the contracting officer or contracting specialist who posted the contract opportunity announcement. Upon receipt, the contracting officer or contracting specialist will relay these to the relevant program managers or engineers for feedback. After accumulating all necessary information to address these inquiries, the contracting officer or contracting specialist will then update the related contract opportunity announcement and ensure its public accessibility on SAM.gov to uphold transparency and the integrity of the procurement process. Private firms must be able to compete for the government�s business on a scrupulously fair basis. Fairness is a pre-requisite of government acquisition due to the government�s unique position as representatives of the citizens of the United States. Government personnel who are associated with the acquisition process have a responsibility to protect its integrity by maintaining fairness in the government�s treatment of all firms. Thank you for your cooperation, and adherence to these laws, and regulations.� ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ Minnetonka Cave Overlook Deck & Other Improvements Project (GAOA) 1240LT23R0103 Questions and Answers Q 1. I notice that there is no formal site visit scheduled, but we would like to visit the site on our own time to familiarize ourselves with the existing conditions. �When searching on Google maps for directions to the site, it says that the Minnetonka Cave is ""Temporarily Closed."" �Would it still be possible for us to drive up the road to view the existing structures to be removed and the overlook area where the deck will be constructed? �Or is the road up to this site closed, as well? Please advise if we need to coordinate with you to schedule a time to visit the site, or if all construction areas can be viewed without any obstructions or needing a Forest Service escort. A 1. The gate is closed for the season. Potential offerors can park at the gate and walk in approximately � mile or contact Steve Jenkins 208-497-7047 or steven.jenkins@usda.gov to arrange for someone to open the gate. No questions regarding the actual project may be asked to Steve Jenkins. All questions need to be sent to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.� Q 2. Please specify the width (size) of the retaining wall footing shown on Detail 1 of Drawing S201. A 2. Footing sizes are listed in the footing schedule on sheet S003.� �Q 3. Please clarify the elevations curves or bias drop of points 302, 303, 304 and 305. Based on drawings and pictures, it is hard to identify if there is a cliff right below the point 304.� A 3. Existing surface points aren�t available. Slope is approximately 25%. Q4. Is the proposed magnitude amount of $100,000 and $250,000 accurate? Is this the correct amount for the project or a clerical error?���������� A4. The magnitude is between $100,000 to $250,000. In accordance with FAR 36.204, for construction contracts, we are obligated to state the magnitude of a project using specific price ranges, both in terms of its physical characteristics and estimated price range. However, it's crucial to understand that these price ranges are broad categories and selecting one does not imply that our budget is at the higher end of that range. The intent is to give a general sense of the project's scale without revealing the Government's precise estimate. For instance, if we categorize a project as being ""Between $1,000,000 and $5,000,000,"" it doesn't mean our budget is close to $5,000,000. It simply means the estimated cost falls within that bracket. The actual value could be anywhere within that range. We hope this clarifies the approach outlined by FAR 36.204. Please let us know if you have any further questions. Q5. What is to be done with the Satellite dish on the site?���������� A5. Satellite Dish will be removed by others. Q6. What is needed to be done with the Propane tanks onsite regarding disconnects, etc. A6. As shown on drawing C1. Retain and protect existing propane tanks. That includes connections.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/52aa206e964e421b9650e23ad2d53c00/view)
 
Place of Performance
Address: Saint Charles, ID 83272, USA
Zip Code: 83272
Country: USA
 
Record
SN06872080-F 20231102/231031230049 (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.