The RFP Database
New business relationships start here

Title II Road Stabilization


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 maintenance on the Naches Ranger District.

Work will consist of road surface maintenance, drainage maintenance, and vegetation brushing. Other work included is hazard or obstruction removal, construction or rehab of drivable dips, culvert cleaning, and spot surfacing. Roads requiring maintenance are varied maintenance levels, both single and double lane roadways. All roads are accessible to typical road construction equipment.

Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, incidental supplies necessary to perform all work described in accordance with drawings and specifications of the contract. Contractor will be paid for actual work performed.


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. The Contracting Officer may adjust the work limits based on existing conditions and funding requirements as need. It is the intent of the project to provide a finished product of finished roads and adequate drainage for erosion prevention. An extensive list of roads will be provided in the contract package. Work shall be selected from this list of roads according to funding and need. Extent of maintenance may vary by location, use, and existing materials.


Award will be made in sufficient time for planning and preparation with on-site work to start on or after June 1, 2017. Contractor will have 90 days from Notice to Proceed to complete all required work. There is no in-water work.


A firm-fixed price contract is contemplated requiring submission of both past performance and quote. Award will be made to the offeror whose quote offers the best value to the Government.


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 be posted to the https://www.fbo.gov/ website on or after March 28, 2017. 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.


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