Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
SOLICITATION NOTICE

Y -- UNITED STATES FOREST SERVICE, ROCKY MOUNTAIN REGION 2, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC

Notice Date
2/19/2025 9:34:14 AM
 
Notice Type
Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USDA-FS, CSA INTERMOUNTAIN 9 Ogden UT 844012310 USA
 
ZIP Code
844012310
 
Solicitation Number
1240LU25R0008
 
Response Due
2/27/2025 3:00:00 PM
 
Archive Date
03/14/2025
 
Point of Contact
Paul Larsen
 
E-Mail Address
paul.larsen@usda.gov
(paul.larsen@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0001 is posted, 19 February 2025, and MUST BE ACKNOWLEDGED with offers. IMPORTANT UPDATE: The due date and time for the receipt of offers has been extended as indicated in the announcement to 27 February at 4:00 PM (mountain). There will be an amendment forthcoming with important information regarding all three seed projects. Any and all amendments must be acknowledged by offerors once posted. Continue to follow this solicitation posting for updates. NOTE: THIS SOLICITATION, 1240LU25R0008, REPLACES THE PREVIOUS SOLICITATION OF 1240LU24R0013. RFIs as of 6 Febuary have been posted and this document will continue to be updated throughout the solicitation process. The United States Forest Service (USFS), Rocky Mountain Region (Region 2) has issued this Request for Proposal for an Indefinite Delivery-Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for road and bridge construction and related services. The geographic scope is limited to USFS Region 2 Forests and Grasslands. The NAICS code is 237310 with a size standard of $45 million. The solicitation is issued as a total small business set aside. The Government intends to award a minimum of ten (10) individual MATOC contracts. These contracts will consist of a base two (2) year period and three one-year option periods for a total of five (5) years. Task orders will range from $2,000 to $3,000,000 with a $50,000,000 shared ceiling limit for all orders placed. Any and all questions concerning this announcement, or the subsequent solicitation shall be submitted in writing to the Contracting Officer, Paul Larsen at paul.larsen@usda.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a483f5976f6543efae7cd9cd02134efc/view)
 
Place of Performance
Address: Lakewood, CO, USA
Country: USA
 
Record
SN07346563-F 20250221/250219230032 (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.