Idaho Bids > Bid Detail

GAOA SOUTH FORK SALMON RIVER ROAD PAVEMENT REHABILITATION

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159388236271950
Posted Date: Mar 17, 2023
Due Date:
Solicitation No: 1240LT23R0011
Source: https://sam.gov/opp/9d5472ca65...
Follow
GAOA SOUTH FORK SALMON RIVER ROAD PAVEMENT REHABILITATION
Active
Contract Opportunity
Notice ID
1240LT23R0011
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA-FS, CSA INTERMOUNTAIN 8
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 16, 2023 12:11 pm EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2LB - REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Cascade , ID 83611
    USA
Description

Presolicitation Notice



1240LT23R0011



GAOA SOUTH FORK SALMON RIVER ROAD PAVEMENT REHABILITATION



Payette National Forest



DESCRIPTION OF WORK




  • This project consists of removing and patching asphalt edge cracking, removal of surface drains, placing a 2” asphalt overlay on approximately 7.5 miles of the roadway, and chip sealing approximately 9 miles of the roadway.

    1. The work items are identified by station on the Summary of Quantities Sheet. Typical road sections are provided in the drawings. All work items will be located by stakes or paint in the field placed by the Forest Service.

    2. Quantities associated with this work are included in the Schedule of Items and in the project plans

    3. All work shall be in compliance with the contract documents. Work includes but is not limited to: cutting and removing damaged asphalt on road edge, cutting removing and backfilling existing surface drains, replacing asphalt removed from edge damage and surface drains, placing tack and 2” thick overlay consisting of ½” asphalt, and placing a ½” chipseal. All work will be in accordance with FP-14 and special project specifications. Contractor is responsible for providing 3rd party inspection and testing for all aspects of paving and chipseal work.

    4. Allowed road closures and disruptions are included in the special project specifications. No closures are allowed before July 11th and are not allowed during any Chinook sports fishing opening on the South Fork Salmon Road (SFSR).

    5. The Contracting Officers Representative (COR) will designate staging areas along the construction site. Limited camping for project personnel will be allowed at the site with permission of the COR. Staging of materials for the project will be allowed in designated areas inside the project boundary if approved in writing by the COR at the time of the project implementation.



  • Depending on the snow and seasonal temperatures, the site is commonly accessible between April 15th and October 30th of most years.



PROJECT LOCATION



The South Fork Salmon River Road Pavement Rehabilitation project is located on the South Fork Salmon River (SFSR) Road within the Payette National Forest (NF). The road is accessed by either Lick Creek Road out of McCall, Idaho or the Warm Lake Highway out of Cascade, Idaho. The project begins at the Payette National Forest boundary approximately 7.5 miles north on SFSR road from the Warm Lake Highway intersection. All base work items will be performed on the Payette NF. The overlay and chip sealing are located primarily at the beginning of the project.



Contract Time:



The work anticipated under any contract resulting from this solicitation is anticipated to begin no earlier than July 1, 2023-October 31. 2024



The magnitude of proposed project is between $5,000,000 and $10,000,000.



Project drawings will be provided as attachments to the Request for Proposal (RFP).



The complete solicitation package will be attached and made available only through SAM.gov, https://sam.gov/content/home on or within 15 days of this notice. Anyone wishing to participate in this proposed procurement must obtain their copy from SAM.gov. Copies will not be mailed from the Contracting Office. All amendments will be posted on SAM.gov. Contractors will be solely responsible for obtaining amendments from this site to update files.



This requirement is being solicited as a Small Business set-aside, with the intent to award a Firm-Fixed Price contract. A single award will be made from the solicitation.



All prospective contractors must be registered in the System for Award Management (SAM) database at http:www.sam/gov/ before award of contract; failure to register in the SAM database may cause your firm to be ineligible for the award and removed from consideration.



NAICS: 237310, $45.0M


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • 324 25th ST
  • Ogden , UT 844012310
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 16, 2023 12:11 pm EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >