The RFP Database
New business relationships start here

Pike & San Isabel National Forests Road Construction IDIQ


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

AMENDMENT 0001
REVISED SOLICITATION IN ITS ENTIRETY - Replace the original posted Solicitation and attachments with the attached revised documents.

AMENDMENT 00001 Issued
1. Post pre-proposal agenda, attendees list and submitted questions and answers.
2. Make corrections to the solicitation document.
3. Provide revised solicitation and attachments.
4. Extend proposal due date to 29 May 2019 @ 10:00am Mountain
Acknowledgement of the amendment is required to be submitted with the proposal (sign and return this amendment).


**NOTICE 14 MAY 2019

**PROPOSAL DUE DATE IS EXTENDED TO 29 May 2019 @ 10:00am Mountain
The proposal due has been extended to allow the government time to answer submitted questions.


SOLICITATION POSTED - See Attachments

Solicitation: 1282BH19R0002 Pike & San Isabel National Forests Road Construction IDIQ
Pike & San Isabel NF's Cimarron & Comanche Grasslands Road Construction and Maintenance Hybrid Indefinite Delivery Indefinite Quantity (IDIQ) contract located within the Pike & San Isabel National Forests.


The intent of this solicitation is to award multiple IDIQ contracts with the ability to issue task orders to perform road construction and maintenance work. By design, an Indefinite Delivery, Indefinite Quantity (IDIQ) contract allows the Government to respond to various emergencies and light construction needs rapidly, without committing to a specific quantity or type of work. Specific work locations will be identified on individual task orders and will be performed in various counties within the Pike and San Isabel National Forests and Cimarron and Comanche National Grasslands. Each individual Task Order will have a project specific statement of work.


Work items include but not limited to road construction and re-construction, emergency road construction due to major emergencies such as landslides, blizzards, flooding, fire, etc.; road and/or parking area construction, reconstruction, reconditioning, maintenance, decommissioning; trail construction, reconstruction, reconditioning, maintenance, and decommissioning; vegetative clearing, grubbing, and brushing; earth work; culvert installation and repair; road/stream interaction projects; aquatic organism passage projects, erosion control, sign installation and repair; cattleguard installation and repair; gate installation and repair including minor concrete forming and finishing; recreational site construction, reconstruction, reconditioning, and maintenance; material haul; haul and placement of imported borrow or aggregate.


Contractor shall provide all necessary heavy equipment, manpower, transportation and operating supplies and other incidentals to accomplish this work.


A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 22 APRIL 2019 @ 10:00 a.m. Mountain. Solicitation FAR CLAUSE 452.237-71 Pre-Bid/Pre-Proposal Conference will provide details.
Venders can also attend via teleconference Conference Call Line 1-888-844-9904 Access 401 9069#


Contract(s) type is Indefinite Delivery Indefinite Quantity (IDIQ) with multiple awards anticipated. Each contract is to have a base year with four one year options. Each contract aggregate total will not exceed $3,500,000.00 for the base and all exercised options. Base year performance period is from award date through 31 December 2019, and 01 January to 31 December of each exercised option.


Minimum cumulative (all five years) guarantee $10,000. Average task order value is between $25,000 and $150,000. Any task order exceeding $35,000 will require applicable payment bonds.


All solicitation documents will be posted to this website approximately 10 April 2019. Proposals are estimated to be due 30 days after issue of solicitation (actual due date will be listed in the solicitation).
Interested offerors are responsible for monitoring www.fbo.gov and any other pertinent information and for downloading their own copy of the solicitation package and any amendments.


Offerors must be registered in System for Award Management (SAM) IAW FAR 52.204-7 and 52.212-1(k). For those who fail to meet these requirements will not be considered for award.


This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for bid/proposal preparation costs.


 


Toinette P Aranda, Contracting Officer, Phone 7195531431, Email tparanda@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP