Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1204T019Q0024
The U.S. Forest Service, Region 6, Siuslaw National Forest has a requirement for the Hebo East (Tillamook County) and South Jetty (Lane County) OHV Parking Area Slurry Seal, Hebo Ranger District, Oreg...
The U.S. Forest Service, Region 6, Siuslaw National Forest has a requirement for the Hebo East (Tillamook County) and South Jetty (Lane County) OHV Parking Area Slurry Seal, Hebo Ranger District, Oregon. The Government may award this project by line item to two contractors if it is in the best interest of the Government to do so. Hebo East- The work consists of the application of a Type I Slurry Seal coat and Type A Pavement Markings. All work surfaces of existing pavement area in lot identified in the plans shall be cleaned of loose material, dirt, and other deleterious material before placement of the seal coating. Contractor shall provide and install all necessary traffic management such as temporary barricades of work area prior to start of work on the lot to include removal of said traffic management when work is complete and applied materials have cured. A schedule of work shall be submitted for approval that will minimize time the parking lot is barricaded for work. Contractor shall duplicate existing painted lines and provide stencils for symbols and numbers as shown on the plans. South Jetty-The work is spread out on the South Jetty to 8 individual sites, consisting of 6 Base Items and 2 Option Items. Base items include of the application of a Type I Slurry Seal coat and Type A Pavement Marking on 6 parking locations including: Staging Area, Parking Area #1, Parking Area #2, Parking Area #3, Parking Area #4, Parking Area #5. Option items that include 2 additional parking locations with slurry seal coat only at: Parking Area #6 (Crab Dock parking), Parking Area #7. All work surfaces of existing pavement areas in lots identified in the plans shall be cleaned of loose material, dirt, and other deleterious material before placement of the seal coating. Contractor shall provide and install all necessary traffic management such as temporary barricades of work areas prior to start of work at any lot to include removal of them when work is complete and applied materials have cured. A schedule of work shall be submitted for approval that will minimize time each parking lot is barricaded for work. Contractor shall duplicate existing painted lines and symbols providing stencils for symbols as shown in the plans. Project Location: Hebo East-This project is located on the Hebo Ranger District of the Siuslaw National Forest, within the Sand Lake OHV area. The entire project is within Township 3 South, Range 10 West, Sections 19 and 30. From Hebo, take Hwy 101 north approximately 8.1 miles, turn left onto Sandlake Road for approximately 5.4 miles, turn right onto Galloway Road for approximately 2.4 miles. East Dunes Campground on the right. South Jetty-This project is located on the Central Coast Ranger District of the Siuslaw National Forest, on the South Jetty by the Siuslaw River along FSR 1062. The entire project is within Township 18 South, Range 12 West. Base items begin at Section 33, and continuing through Section 34, 28, ending at Section 21, with option items extending into Section 16 near Florence, OR. From Waldport, take Hwy 101 south approximately 35 miles, turn right onto Forest Service Rd 1062. Staging Area is 0.4 miles west. Additional sites will follow west (exclude Goose Pasture) then north along the jetty. The Government's estimate is between $100,000 and $250,000. If the Contractor's quote is over $150,000 a bid bond in the amount of 20% of the quote will be required. A payment bond (100 percent) will be required after award. If quote is over $150,000 then a Performance (100 percent) and Payment (100 percent) Bond will be required. Contract performance time is estimated to begin June 1st, weather permitting. FOR ADDITIONAL INFORMATION contact Steven Lopez at 541-563-8444. Estimated date that full solicitation package will be uploaded to FBO: April 22, 2019. This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the Federal Biobased Preferred Program (FB4P). Note: prospective awardee shall be registered and active in the System for Award Management (SAM) data base prior to award. Information on registration may be obtained via the internet at: http://www.sam.gov. All contractors and vendors must complete the electronic version of the Representations and Certifications in the SAM system.