The RFP Database
New business relationships start here

Low Mileage Road Repair IDIQ


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

This is a Sources Sought announcement and is for information/market research purposes only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any information requests. Respondents will not be notified of the results of the evaluation.

The USDA, Forest Service, Region 5 is planning to solicit for a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for road repair/re-construction. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this sources sought announcement.

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantage Woman-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUB Zone, EDWOSB and SDVOSB are highly encouraged to participate.

The objective of this Road Repair/Re-Construction Sources Sought announcement is to determine the availability of companies who can provide construction services in non-Emergency situations when there is a need to restore essential use of transportation structures.

Services include but are not limited to the following: clearing/debris removal, earthwork, structural embankments work, drainage structures repair/replacement, pit/quarry development, boulder blasting, road base and re-surfacing, road structure demolition, road structure construction (such as retaining walls and minor bridge work) and road obliteration (decommissioning). Minor bridge work includes abutment reconstruction. Retaining wall work includes mechanically stabilized earth walls, reinforced soil slope walls, riprap armoring, driven or drilled steel piling foundation with a cast-in-place concrete pile cap.

Projects may be located anywhere throughout United States Department of Agriculture (USDA), Forest Service (FS), Pacific Southwest Region 5. Region 5 (R5) includes 18 National Forests located primarily in California with some small acreage along the California/Nevada Border and the California/Oregon border. Some of the work may encompass private land adjacent to these National Forest lands.

Road Repair/Re-Construction Response Services are broken into three California Services Areas as indicated by attached Acquisition Management Service Area Map. The Northern California Service Area is comprised of the following forests: Six Rivers, Mendocino, Shasta-Trinity, Klamath, Modoc, and Lassen National Forests. The Central California Service Area is comprised of the following forests: Plumas, Tahoe, Eldorado, Lake Tahoe Basin, Stanislaus, and Inyo National Forests. The Southern California Service Area is comprised of: Los Padres, Angeles, Sierra, Sequoia, Angeles, San Bernardino, and Cleveland forests. Interested firms can submit to provide services for one or any combination of the work activities and for any combination of the three (3) service areas covered by this Sources Sought Announcement.

The Government anticipates award of multiple firm-fixed priced Indefinite Delivery, Indefinite Quantity. The period of performance will be for a five-year ordering period.

Individual task orders will be issued against the base contract as program needs arise. The task orders will be individual projects and include a specific statement of work, period of performance, detailed pay items, special or supplemental project specifications, drawings, and other detailed requirements applicable to the project. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered.

Firm's response to this Sources Sought Announcement shall be limited to five (5) pages and shall include the following information:


1. Company's name, address, point of contact, phone number, and email address.
2. Company's interest and capability of providing Road Repair/Re-Construction Services in Region 5 (please indicate which work activity and which service area(s) the firm has interest and capability in providing service)
3. Company's size standard for NAICS Code: 237310
4. Identify Company's other types of certifications, ie. Service Disabled Veteran-owned, 8(a), HUBzone, Women-owned, etc.
5. Company's Joint Venture (existing), including Mentor Protégés and teaming arrangement information is acceptable.

All interested firms are advised that registration in the System for Award Management database (SAM) is required prior to award of a contract. There is no cost for registration in SAM when registration is completed on the official SAM website (www.sam.gov).

Solicitation packages are not available. This is not a Request for Proposals.
Interested firms shall respond to this Sources Sought Announcement no later the 4:00 PM Pacific on 24 Apr 2017.

Please submit requested information via email to pvilhauer@fs.fed.us (PJ Vilhauer) or dindolaxamana@fs.fed.us (Dindo Laxamana).


PJ Vilhauer, Contracting Officer, Phone 530-226-2454, Email pvilhauer@fs.fed.us - Dindo Laxamana, Contracting Officer , Phone 707-562-9022, Email dindolaxamana@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP