Y--03 - CON - Disaster, Grizzly Flats Guard Station Rebuild

From: Federal Government(Federal)
12970224R0020

Basic Details

started - 24 Apr, 2024 (2 days ago)

Start Date

24 Apr, 2024 (2 days ago)
due - 09 May, 2024 (in 12 days)

Due Date

09 May, 2024 (in 12 days)
Pre-Bid Notification

Type

Pre-Bid Notification
12970224R0020

Identifier

12970224R0020
AGRICULTURE, DEPARTMENT OF

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29607)FOREST SERVICE (14113)USDA FOREST SERVICE-SPOC SW (195)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

GENERAL:The U.S. Forest Service, Department of Agriculture, is soliciting proposals on a 8(a) Competitive basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically at www.sam.gov. Proposal documents will be available for download and Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available.Solicitation #: 12970224R0020Vendors can search for opportunities and award history on www.sam.gov without registering. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents.Prospective offerors desiring to conduct business with the USDA are required to have an
active registration in the Systems for Awards Management (SAM) at www.sam.gov at the receipt of proposals and at the time of award.This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below.Proposed Solicitation Issue Date: Estimated on/about May 9th, 2024.Description:The intent for this contract is to secure services for the design and construction of new facilities on an existing USFS owned parcel within the Eldorado National Forest.The USFS had stationed an engine module consisting of one Type 3 fire engine and a Type 2 2500-gallon water tender with a crew of seven firefighters. There was also a Battalion Chief stationed there with their command vehicle. Previously a hand crew of ten firefighters and their crew buggy were also stationed at this location. The firefighters at this location provided mutual aid to the town of Grizzly Flats along with covering approximately 50,000 acres of the southwestern portion of the Eldorado National Forest.The new facilities and utility infrastructure at the Grizzly Flats Fire Station will provide mission critical support for the Placerville Ranger District and the local community of Grizzly Flats. As a part of this project the agency would like to maximize use of sustainable building practices. With the likelihood of intermittent power outages, this location must have backup power capability. This would be provided by a solar array sized to maintain emergency power along with a generator to support if the power outage lasts more than 48 hours.The facilities to be included are the engine bay and garage along with four 6-occupant barracks each using the Region 5 standards which will be provided, excluding structural and civil design and all site-specific coordination of the provided documents and specifications. All associated site work (to include but not limited to earthwork, extension or installation of utilities, septic system installation, road reconstruction and others) to be the responsibility of the contractor. All other associated trades to include but not limited to mechanical, electric, plumbing, HVAC, communications, monitoring systems to be included in the project to allow the engine module to immediately occupy the space.After the construction drawing set is complete, the Design/Build firm will provide construction contract administration support to the Government Construction Contract Administration Team.Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded requiring submission of both a technical and price proposal. The government will consider an offeror's technical capability in comparison to its price. A source selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures, utilizing a Performance Price Trade Off process (PPT). The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest. All responsible sources may submit a proposal, which shall be considered by the agency.GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is, more than $10,000,000.Estimated Period of Performance: The anticipated period of performance is 150 days for Design and 270 days for Construction for a total POP of 420 Calander days including any potential weather shutdown.Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents.A pre-proposal meeting may be posted, and date/location will be noted in the solicitation.This project is subject to the Davis-Bacon Act. Bonds will be required as follows:Contractors are reminded that any amount awarded over $35,000 requires submission of a Payment Bond. Any amount over $150,000.00 requires both payment and performance bonds.Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of Agriculture (USDA) and the U.S. Forest Service (FS) changes.This procurement is 8(a) competitive. Responsible 8(a) business sources may submit an offer that will be considered. The small business size standard for NAICS 237310 is $45 million.All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov.Place of Performance:The project area is on the Eldorado National Forest. The project is located in the community of Grizzly Flats approximately 10 miles south of US 50. The address is:4400 String Canyon Rd, Grizzly Flat CA, 95636.Primary Point of Contacts:Patrick Naulty,Contracting SpecialistPatrick.naulty@usda.govChristopher Keck,Contracting OfficerChristopher.keck@usda.gov

SPOC Southwest 1400 INDEPENDENCE AVE SW, MS-1138  Washington , DC 20250  USALocation

Office Address : SPOC Southwest 1400 INDEPENDENCE AVE SW, MS-1138 Washington , DC 20250 USA

Country : United StatesState : District of ColumbiaCity : Washington

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1FZCONSTRUCTION OF OTHER RESIDENTIAL BUILDINGS