Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:127EAW22R0008
PRE-SOLICITATION SYNOPSIS This is a pre-solicitation synopsis for informational purposes only to make industry aware of an upcoming project requirement to be solicited. This is NOT the solicitation / ...
PRE-SOLICITATION SYNOPSIS This is a pre-solicitation synopsis for informational purposes only to make industry aware of an upcoming project requirement to be solicited. This is NOT the solicitation / Request for Proposal. No solicitation yet exists; therefore, do NOT request a copy of the solicitation, bid documents, specifications, or drawings. Responses or proposals are not required at this time. The USDA Forest Service Procurement and Property Services, Field Procurement Operations, Southwest Zone, Contract Service Area 6, on behalf of Region 5, is currently preparing a solicitation / Request for Proposal [RFP] for road construction and bridge replacement. Tenmile Road (Forest Service Road 13S09) construction and Hume Lake Bridge replacement. PROJECT DESCRIPTION The project is located on the Hume Lake Ranger District of the Sequoia National Forest south of the Kings River. The project work is located on FS Road 13S09/Tenmile and the Powder Can Picnic Area near Hume Lake Christian Camps (HLCC). Primary access to the project area is via State Highway 180. A portion of the project work to be completed including the bridge replacement is located in the 30’ wide right-of way where FS Road 13S09 Tenmile Road passes through the HLCC campus. The work includes, but is not limited to, performing asphalt pavement repairs using hot mix asphalt pavement on the Tenmile Road for an approximate length of 10.7 miles. Work also includes removal of the existing road bridge at Long Meadow Creek at Hume Lake Christian Camps and replacing the bridge with new precast prestressed voided concrete deck panel units on cast in place concrete pile foundations. Work also includes asphalt rehab for the Powder Can Picnic Area parking surface area. Major work items include, but is not limited, to the following: Demolish, remove, and dispose existing Road Bridge at HLCCs on the Tenmile Road, referred to as Hume Lake Bridge. Construct one bridge bypass to include culverts on Long Meadow Creek up stream of the bridge construction. Construct one new 55’-2” long road bridge with cast in place concrete piles, and pedestrian walkways (one 8’ and one 6’ wide) with rails according to specifications. Traffic control for the bridge and road construction activities. Hot Mix asphalt placement for full road width “right of way” at identified locations on the Tenmile Road. Asphalt roadway milling, road reclamation, stockpile and placing existing asphalt in paved areas as specified. Place, grade, and compact grindings with aggregate to specified thickness in areas and minor selective grindings placement as needed to repair deep potholes at identified locations throughout Tenmile Road. Subgrade repair at identified locations on road length. Patch pave with milling out of existing asphalt, overlays, and minor pothole repair at identified locations throughout Tenmile Road. Placement of Micro Surface for the specified width and length on the Tenmile Road. Culvert replacement at identified locations on the Tenmile Road. Placement of aggregate surfaces on road turnouts and road spurs at identified locations throughout Tenmile Road. USFS Powder Can Picnic Area parking surfacing rehabilitation as specified. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, non-personal services, and all items necessary to perform the project work and associated contract requirements. The contract duration is anticipated to be 365 calendar days from the issuance of the Notice to Proceed [NTP]. Work is anticipated to begin in June 2022. The full scope including associated specifications and drawings shall be provided with the issued solicitation RFP. Site Visit information will be provided with the issued solicitation RFP. ACQUISITION INFORMATION This acquisition shall be a total small business set-aside. This is a construction project, and Request for Proposal and resulting contract is for construction. Davis Bacon Construction Wage Rates shall apply to any resulting contract. The awarded contract shall be firm-fixed-price. IAW Federal Acquisition Regulation [FAR] 36.204 Disclosure of the magnitude of construction projects, the estimated price range of this contract is between $5M and $10M. The North American Industry Classification System [NAICS] code for this acquisition is 237310 – Highway, Street, and Bridge Construction, with small business size standard of $39.5M in annual revenue. Solicitation posting date is tentatively planned for on or about February 7, 2022. All proposal submission instructions and evaluation information shall be provided with the solicitation RFP. Interested parties are hereby notified that the solicitation will be available exclusively on the Contract Opportunities website. sam.gov The solicitation, attachments, and amendments (if any) will be published for viewing, printing, and downloading from the Contract Opportunities website only. It is the potential offeror's responsibility to monitor Contract Opportunities for the release of amendments, changes, or other information pertaining to the solicitation. No hardcopy/paper versions of the solicitation or amendments will be distributed. Contractors must be registered in the System for Award Management [SAM] database in order to receive a contract award from any USDA Forest Service activity. Lack of registration in the SAM will render an offeror ineligible for award. SAM information can be found at sam.gov. Offerors shall have and maintain an active registration in the SAM database at the time of bid/proposal submission and award to be eligible for a Government contract award. If at the time of bid submission and/or award an offeror is not successfully and active in the SAM database, the Government reserves the right to award to the next prospective offeror. Offerors may complete Representations and Certifications online via SAM at sam.gov. Ensure DUNS and CAGE Code numbers are provided with the proposal. DUNS at www.dnb.com. For additional information or questions contact the Contracting Officer, Jeremy Bedner, by email jeremy.bedner@usda.gov.