Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 07, 2024 SAM #8258
SOLICITATION NOTICE

Y -- Carolyn Creek Trail Bridge Project(GAOA)

Notice Date
7/5/2024 2:17:29 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USDA-FS, CSA INTERMOUNTAIN 8 Ogden UT 844012310 USA
 
ZIP Code
844012310
 
Solicitation Number
1240LT24R0017_0
 
Response Due
7/8/2024 12:00:00 AM
 
Archive Date
07/23/2024
 
Point of Contact
Elizabeth Ratcliff
 
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
This notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply, service, construction, architect/engineering projects. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. Interested parties are advised that the Government will not pay for any information or administrative costs incurred in response to this notice.� Project Title:�Carolyn Creek Trail Bridge (GAOA)� Location:�This project is located on a hiking trail with no vehicle access. From Elko, NV drive southeast on NV-227 for 20 miles toward Lamoille, NV. Turn right (South) on NF-660, Lamoille Canyon Road, and drive 11.7 miles to the road�s end parking lot. Hike on foot up the island lake trail 1.4 miles to the project site. The bridge is located at:� 40�36'59.7""N 115�22'36.9""W 40.616571, -115.376915 Description:�This project consists of design (taking the government drawings to a fabricator and having them do shop drawings), purchasing, delivering, and installing a 27-foot span glulam timber trail bridge with metal railing. The site is roughly one mile up a hiking trail with a 10% grade (approx.) with two switchbacks and may require the use of a helicopter for transport. In this case, the contractor would be responsible for coordinating the weight of the various bridge components with the available helicopter.� The site is not accessible by a vehicle and the topography around the existing bridge is very steep.� Existing rock/ stacked abutments will remain in place and be used as abutments for the new bridge. A staging area (approx. 3,200 SF) will be made available for bridge materials at the Roads End trailhead at the end of Lamoille Canyon Road, which is where the trail to the site begins. The existing bridge will be removed and disposed of. All nonnative components must be removed from the forest. Quantities associated with this work are identified in the Schedule of Items. All work shall be in compliance with the contract documents. Work includes, but is not limited to purchase, transportation, and installation of a new glulam trail bridge placed on preexisting abutments as per the attached plans, and the removal of the existing bridge structure and components. NAICS Code:�237310 - Highway, Street, and Bridge Construction PSC Code: Y1LB - Construction of Highways, Roads, Streeets, Bridges, and Railways SBA Size Standard: $45.0� Solicitation/Award Type: This requirement is being solicited as a 100% Total Small Business set-aside, with the intent to award a Firm-Fixed Price contract. A single award will be made from the solicitation without discussions.� Technical Requirements: Contractors are expected to provide all necessary management, labor, equipment, and materials for the renovation of the exterior landscape of the visitor center. This includes, but is not limited to, installation of an irrigation system, tree and plant work, construction of compacted aggregate pathways, and rock work. Contractors must visit the site to familiarize with conditions before bidding. All necessary licenses, permits, and compliance with laws are the contractor's responsibility, including liability for damages.� Period of Performance: Anticipated August 2024.�All construction work to be completed NLT 9/30/2025 (Subject to change). Magnitude: Between $25,000 and $115,000. In accordance with FAR 36.204, for construction contracts, we are obligated to state the magnitude of a project using 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.� Solicitation:�The solicitation is anticipated to be issued on or after July 2024. Solicitation Documents: All future information about this acquisition, including amendments, will be distributed solely through this site. The complete solicitation package will be attached and made available only through SAM.gov, https://sam.gov/content/home on or after 15 days of this notice. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition to include amendments. Anyone wishing to participate in this proposed procurement must obtain a copy from SAM.gov.� Contractors are required to be actively registered with the System for Award Management (SAM) https://www.sam.gov prior to submitting a proposal and to be considered for award. Registering in the SAM system is FREE. If you need assistance, please be sure to reach out your local Procurement Technical Assistance Center (PTAC) representative. PTAC is a FREE resource to all small business and your state representative's contact information can be found at the following website: https://www.aptac-us.org/.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b0e4c3f8b3f64927a1b65b93874bf6ee/view)
 
Place of Performance
Address: Spring Creek, NV 89815, USA
Zip Code: 89815
Country: USA
 
Record
SN07118622-F 20240707/240705230103 (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.