The RFP Database
New business relationships start here

Eightmile Decommissioning


Washington, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Forest Service, Okanogan-Wenatchee National Forest servicing Region 6 has a requirement for road decommissioning and maintenance work on the Methow Valley Ranger District.

The scope of this project involves road storage activities and decommissioning of level 1 roads on the Methow Valley Ranger District of the Okanogan-Wenatchee National Forest. Work items will include construction of waterbars, construction of earthen barriers, removing existing culverts, and decommissioning of roads. Contractor shall be responsible for providing all labor, tools, material, and equipment necessary to perform all work in strict accordance with the specifications and drawings.

The project area is located on the Okanogan-Wenatchee National Forest, Okanogan County, Methow Valley Ranger District. To access the project area, from Winthrop, WA, take County Road 9137 or 1213 for approximately 7.7 miles to FSR 5100000. Proceed 2.2 miles to the junction of FSR 5130000 (Eightmile Road), and turn left. All roads are in the Eightmile watershed area.

The Contractor shall utilize products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, and are made from bio based materials (e.g. insulating foam, composite panels, concrete with fly ash, wood and concrete sealers) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered.

The Contractor shall assume all risk, loss, damage, or expense arising out of prosecution of the work, except as otherwise provided in the contract.

Award will be made in sufficient time for planning and preparation with on-site work to start on or after June 1, 2018, depending on weather conditions. Contractor shall be required to begin work within 10 days after Notice to Proceed. Project shall be completed prior to October 15, 2018.

A firm-fixed price contract is contemplated requiring submission of both capability quote and cost/price criteria. Award will be made to the offeror whose quote offers the best value to the Government. The estimated construction range of magnitude for this project is between $25,000 and $100,000.

Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the solicitation's closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred.


This acquisition is determined to be under the Small Business Competitiveness Demonstration Program and posted for 100% small business set aside. Contractors are required to be registered with System for Award Management (SAM). The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account.

The solicitation with specifications and wage rates will not be posted to the https://www.fbo.gov/ website until spring 2018. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Proposal package and any applicable amendments, offerors must download them from the https://www.fbo.gov/ website.

NOTE TO CONTRACTORS: The drawings in this pre-solicitation are intended only to give an idea of the project location and work items to expect. Specific locations and details will come later in the solicitation, spring of 2018. The intent of this pre-solicitation is to give contractors a chance to see the potential project area before winter, should they choose to go look at the site.


 


Mariah R Morris, Contract Specialist, Phone 509-664-9317, Fax 509-664-9281, Email mrmorris@fs.fed.us - Gale A. Masters, Procurement Technician, Phone 4257836051, Email gamasters@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP