Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

56 -- 56--SEKI ASH MT PASTURE FENCE REPLACEMENT

Notice Date
6/17/2024 10:59:41 AM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
PWR SF/SEA MABO(85000) SAN FRANCISCO CA 94104 USA
 
ZIP Code
94104
 
Solicitation Number
140P8524Q0080
 
Response Due
7/10/2024 12:00:00 PM
 
Archive Date
07/25/2024
 
Point of Contact
Roppolo, Brian, Phone: 2062204215
 
E-Mail Address
brian_roppolo@nps.gov
(brian_roppolo@nps.gov)
 
Description
PRE-SOLICITATION ANNOUNCEMENT SEQUOIA AND KINGS CANYON NATIONAL PARK REPLACE ASH MOUNTAIN PASTURE FENCE RFP No. 140P8524Q0080 The National Park Service (NPS), Sequoia and Kings Canyon National Parks, located in California, has a requirement to replace fencing at the end of its life cycle surrounding portions of its pastures in the Ash Mountain area of SEKI. The Contractor shall provide all mobilization, labor, supervision, materials, equipment, transportation, site rehabilitation, clean-up, and demobilization. The scope of this proposed contract includes, but is not limited to: Statement of Work (responsibilities) 1. Contractor shall supply provide all materials, equipment and labor needed to replace pasture fencing. 2. A map of the area will be provided. Contractor shall replace all pasture fencing denoted with a red outline (existing fences shown in yellow). Contractor will be responsible for doing their own linear takeoffs � approximately 7,100-feet of fences will be replaced. Priority will be given to completing the southern and western fences. 3. Fence posts shall be pressure treated wood with a minimum size of 4-inches by 4-inches. Perimeter posts will be set every ten feet. Posts will be embedded at least two feet into the ground. Posts will be encased with concrete measuring 12-inches diameter x 12-inches deep at the bottom of the post � concrete will not extend below the post. Posts will extend at least 66-inches above the ground. 4. Metal T-Posts may be used on straight fence segments to a maximum length of 40-feet. Wood posts will be used at all angle points, hill crests, and valleys. Metal posts spaced at 10-feet intervals will have wood posts on either side � wood post, three metal posts maximum, wood post. Metal T-Posts do not require a concrete footing but shall be driven in to the ground to the top of the T-post chevron plate. 5. Wire shall be used between posts. The lower three wires shall be 12.5 gauge high-tensile, smooth wire. The upper two wires shall be barbed wire of the same gauge. Five wires shall be installed with the bottom wire falling 12-18 inches above the ground. The top wire shall be 60-inches above the ground. Other wires will be equally spaced. 6. All wires shall be attached using T-post clips (metal posts) or 1-3/4-inch fence staples (wood posts) as appropriate. 7. Existing fence wire shall be removed. Any existing fence posts shall be removed. 8. The new fence shall be constructed in the same alignment as the original fence. Any deviation in alignment must be approved by the NPS. 9. A road does not follow the existing fence � a suitable UTV may be used to move materials through the pasture to the fence where truck access is not possible. There will be locations where walking of materials to the fence line will be required. This procurement is set-aside for Small Business (SB) concerns only. Offers received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected. The North American Industry Classification System (NAICS) code is 238990; the small business size standard is $19.0 million. The construction magnitude for this solicitation is $25,000.00 to $100,000.00. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a Best Value determination made after consideration of price and other non-price factors (technical capability and past performance) as listed in the RFQ. The RFQ will be available via electronic commerce only and may be accessed on or about July 10, 2024, at SAM.gov: https://sam.gov/. The due date for quotes is estimated to be 30 July 2024. However, this may be extended at the discretion of the Government. Prospective offerors are responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFQ. An organized site visit is not currently scheduled. However, it is highly encouraged for contractors so visit/assess the location prior to providing a quote. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a SAM unique entity identifier number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website. A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor�s own expense. NOTE: Information contained in this pre-solicitation announcement is subject to change.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92c75e48785540a39c369c8c448fb4db/view)
 
Record
SN07099824-F 20240619/240617230119 (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.