Hilltop Campground Reconstruction Project-Las Vegas, NV
Hilltop Campground Reconstruction Project FAR 52.236-27 -- Site Visit (Construction) (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Condi-tion... Hilltop Campground Reconstruction Project FAR 52.236-27 -- Site Visit (Construction) (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Condi-tions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Ac-cordingly, offerors or quoters are urged and expected to inspect the site where the work will be per-formed. (b) An organized site visit has been scheduled for - December 19, 2018 at 1300 PT (c) Participants will meet at - Hilltop Campground attached is a map with directions Respondents may email questions and RSVP to the Site Visit by December 17, 2018 to tanya.spanfellner@usda.gov. SCOPE OF CONTRACT A. This project consists of the reconstruction of the existing Hilltop campground. Work includes the construction and installation of asphalt roads, parking spurs, culverts, retaining walls, family campground units, kiosk and fee tube, wheel stops, precast toilet buildings and utility building, dumpster pads, native paths and timber stairs, unit markers, site I.D. signs, site furniture, and host unit that includes water storage tank, septic holding tank including trailer hook up, power system, and propane system and recontouring. Work will include the demolition and disposal of above ground construction features including but not limited to site furnishings (pedestal grills, picnic tables, fire rings, concrete, unit markers), retaining structures, site I.D. signs, kiosk, curb stops, stairs, water hydrants, valves, and drains, sewer system manholes, septic tank, and leach lines, existing culverts and other below ground structures when encountered, all toilet and shower buildings and asphalt roads, parking areas, and spurs shall be pulverized and re-used for road base for new asphalt road construction. B. Unless otherwise noted, the government will complete site clearing and grubbing for construction. C. Optional work that may be awarded includes all work described above associated with: 1. Option #1: Clearing and Grubbing for construction must be completed prior to May 20. 2. Option #2: Concrete paths and stairs. Includes replacing native paths and timber stairs with concrete material. 3. Option #3: Host Site Septic Holding Tank. Includes installation of a septic holding tank and trailer service hookup including bollard protection 4. Option #4: Host Site Water Storage Tank. Includes installation of water storage tank and water pump at host site. 5. Option #5: Host Site Power System. Includes installation of a power system at the host site. 6. Option #6: Installation of Precast Utility Building. Includes purchase and installation of precast utility building. 7. Option #7: Incentive to complete Construction Project in FY19. Includes a 3% incentive to complete construction project by the end of Oct 31, 2019. D. The base project and the optional items are identified in the schedule of items. The drawings and specifications provide more definition of the work required under each work item. The Contractor must bid on the base project and all option items. The Government reserves the right to award any and all option items. 1.2 PROJECT LOCATION A. The project is located in the Spring Mountains National Recreation Area of the Humboldt-Toiyabe National Forest, Clark County, Nevada, in Section 8, T19S, R57E of Mt. Diablo Base Meridian. It is located approximately 25 miles North of North Las Vegas, NV off State Highway 158. 1.3 SITE INFORMATION AND LIMITATIONS A. The following site conditions are considered incidental to the contract and the contractor will not be paid directly for any of the following items: 1. Construction sites will be closed to the public and government employees during construction. The Contractor will be responsible for signing, limiting public access, and safety of public and/or government employees in the area. 2. The Contractor is responsible for the security or the Contractor's equipment and materials. 3. Utilities are not available at the site for construction purposes. The Contractor will be responsible for coordinating the installation of temporary power (if necessary for construction) for the site and the cost for the service. 4. No fuel storage on site is permitted. Fuel trucks must be equipped with spill containment kits and portable berms that meet all state and federal regulations. A spill containment plan must be submitted and approved prior to construction. 5. The Contractor shall provide temporary toilet facilities (porta-potty) at the site during all construction work. Toilet facilities shall be provided at a rate of one stool for every 10 workers assigned or working on site. 6. All construction equipment shall be pressure washed before entering the Site. The removal of mud and debris from treds, tracks and undercarriage, with emphasis on axles, frame, cross-members, motor mounts, and underneath steps, running boards, and front bumper/brushguard assemblies will be required. The purpose is to reduce or eliminate the transportation of noxious weeds, which is required by Federal and State regulations. The magnitude of proposed project is between $1,000,000 and $5,000,000. Dept. of Labor, Construction Wage Rate General Decision Numbers: NV20170034 shall apply. The complete solicitation package will be attached and made available only through FedBizOpps (FBO) website https://fbo.gov on or around January 2019. Anyone wishing to participate in this proposed procurement must obtain their copy from FBO. Copies will not be mailed from the Contracting Office. All amendments will be posted on FBO. Contractors will be solely re-sponsible for obtaining amendments from this site to update files. This requirement is being solicited as a Small Business set-aside in accordance with Federal Acquisi-tion Regulation (FAR) 19.5, with the intent to award a Firm-Fixed Price contract. A single award will be made from the solicitation. All prospective contractors must be registered in the System for Award Management (SAM) database at http:www.sam/gov/ before award of contract; failure to register in the SAM database may cause your firm to be ineligible for the award and removed from consideration. Estimated Start Date: April/May, 2019, contract time 180 Calendars Days. NAICS: 23790, $36.5M
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »