Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1256A120R0003
Scope of Contract: The Government intends to make multiple awards of Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Road and General Construction with a period of performance of 5 years ...
Scope of Contract: The Government intends to make multiple awards of Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Road and General Construction with a period of performance of 5 years and a maximum overall value of $7M. Work will primarily be for the Chequamegon- Nicolet National Forest. As work is identified througout the life of the IDIQ, it will be competed amongst the IDIQ contract holders via Task Orders. The Task Orders will include the specific information and location of the project and quotes will be requested from the IDIQ holders. Work contemplated as part of the IDIQs includes general road, bridge, structure, and site work as identified, but not limited to: Road: Work includes repair and construction of native surface, gravel or paved roads; and road repair and reconstruction due to damage from human or natural causes. Motorized and Non-motorized trails: Work includes repair and construction of native surface or surfaced trails; and trail repair and reconstruction due to damage from human or natural causes. Road decommissioning: Work includes de-compaction, partial or full re-contour to restore the roadway to a hydrological stable condition; removal of drainage structures and associated fill to restore site to natural contour; work may include excavation of stream channels without drainage structures; installation of gradient control devices in channels or sediment basins; tree transplanting; rock/log scattering; seeding, fertilizing and mulching; and the construction of water bars. Construction: Demolition/construction of small non-residential building. Bridge: Work includes repair and construction of steel, concrete, and timber road bridges; reconstruction of approaches; and related stream work within the project area. Trail bridges readily accessible by conventional road building equipment: Work includes construction or reconstruction of bridge. Site will be accessible from National Forest system roads or trails, or other public roads. Culverts, Aquatic Passage Structures, and Ancillary Structures: Work includes road structures for aquatic passages, bottomless arches, small bridges, retaining walls, and cattle guards that are part of National Forest roads. Stream restoration work: work within a warm or cold water stream to restore the steam channel. Related work includes signs; guardrails; closure devices such as gates, cattle guards, fences; stream grade; alignment control; and scour protection. Gravel pit development: scalping, clearing and grubbing, working face development, and related work (NOT including gravel crushing). General excavation work typically associated with excavation companies. Including but not limited to: installation of septic systems, building footing excavation and replacement, and related work. Project Location: Projects will primarily be located on the Chequamegon-Nicolet National Forest. However, task orders may also be issued for other Forest Service units located within Wisconsin, Minnesota, and Michigan. Specific project areas will be identified on each Task Order. A full solicitation will be made available on this site on or around February 26, 2020. It will include all information necessary to submit an offer. This solicitaton is set-aside for small businesses. The NAICS code is 237310 and the small business size standard is $39.5M. In order to submit an offer, vendors must be registered in www.sam.gov. Obtaining a DUNS and registering in SAM are free of charge. For assistance contact the SAM helpdesk or your local Procurement Technical Assistance Center. Amendment 1 is issued on 3/18/2020 correcting solicitation documents. The offer response date is not changed. Acknowledge Amendment 1 by signing and submitting the attached SF-30 and revised price schedules as part of your cost proposal. Questions and Answers received through 3/18/2020 are also being provided. Amendment 2 is issued on 3/25/2020 correcting the Jackson Creek Price Schedule and providing the revised schedule for use in submitting your offer. Acknowledge Amendment 2 by signing and submitting the attached SF-30 and revision 2 of the Jackson Creek price schedule. Questions and Answers received through 3/24/2020 are also being provided. PLEASE NOTE: As directed in the RFP document page 40, all offers shall be emailed to melissa.a.johnson@usda.gov by the due date and time. Do not hardcopy mail your offer. Call 814-728-6241 to verify receipt. Allow plenty of time for the email to be received by our server, scanned, and delivered to my inbox. With larger file sizes this can take 15-30 minutes. Offers received in my inbox after the due date and time will not be accepted.