Federal Bid

Last Updated on 30 Sep 2008 at 8 AM
Combined Synopsis/Solicitation
Crawford West virginia

Forestwide Dam Repairs

Solicitation ID AG-52B1-S-08-3191
Posted Date 03 Aug 2008 at 4 PM
Archive Date 30 Sep 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
Contracting Office R-9 Ohio River Basin Shared Procurement Cluster
Agency Department Of Agriculture
Location Crawford West virginia United states
Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5. The government may award multiple fixed price contracts for each of the proposed work areas; however if advantageous to the government a single award may be made. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. NIACS Code: 238910 Business Size: $13.0 Million SCA Wage Decision WD 05-2183 (Rev.-6) dated 06/03/2008 applies. This is solicitation number AG-52B1-S-08-3191 and is issued as a request for quotation (RFQ). This is a HUBZone Small Business Set-Aside acquisition. SCHEDULE OF ITEMS ITEM 1: DEER CREEK LAKE CLIN: 1001 DESCRIPTION: CLEAN DEBRIS OFF DAM METHOD OF MEASURE: LS UNIT OF ISSUE: JOB ESTIMATED QUANTITY: 1 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 1002 DESCRIPTION: REMOVE TREES FROM OUTLET METHOD OF MEASURE: LS UNIT OF ISSUE: JOB ESTIMATED QUANTITY: 1 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 1003 DESCRIPTION: INSTALL RIP RAP IN LEFT GROIN METHOD OF MEASURE: EQ UNIT OF ISSUE: TON ESTIMATED QUANTITY: 100 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ ITEM 2: SADDLE LAKE CLIN: 2001 DESCRIPTION: INSTALL 6' X9' METAL GRATING PROVIDED BY FS METHOD OF MEASURE: LS UNIT OF ISSUE: JOB ESTIMATED QUANTITY: 1 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 2002 DESCRIPTION: FILL IN STILLING BASIN WITH SOIL METHOD OF MEASURE: EQ UNIT OF ISSUE: CUYD ESTIMATED QUANTITY: 90 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 2003 DESCRIPTION: REPLACE VALVE STEM EXTENSION METHOD OF MEASURE: LS UNIT OF ISSUE: JOB ESTIMATED QUANTITY: 1 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 2004 DESCRIPTION: CORRECT EROSION RILLS AT BASE OF SPILLWAY METHOD OF MEASURE: EQ UNIT OF ISSUE: SQFT ESTIMATED QUANTITY: 500 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 2005 DESCRIPTION: PATCH CRACK IN CONCRETE STEP ON RCC METHOD OF MEASURE: LS UNIT OF ISSUE: JOB ESTIMATED QUANTITY: 1 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ ITEM 3: TIPSAW LAKE CLIN: 3001 DESCRIPTION: REPAIR CHANNEL EROSION ON SPILLWAY METHOD OF MEASURE: EQ UNIT OF ISSUE: SQFT ESTIMATED QUANTITY: 750 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 3002 DESCRIPTION: CLEAN DEBRIS OFF DAM METHOD OF MEASURE: LS UNIT OF ISSUE: JOB ESTIMATED QUANTITY: 1 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 3003 DESCRIPTION: REMOVE FENCE AND TREES AROUND INLET STRUCTURE METHOD OF MEASURE: LS UNIT OF ISSUE: JOB ESTIMATED QUANTITY: 1 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ ITEM 4: CELINA LAKE CLIN: 4001 DESCRIPTION: INSTALL 6' X9' METAL GRATING PROVIDED BY FS METHOD OF MEASURE: LS UNIT OF ISSUE: JOB ESTIMATED QUANTITY: 1 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 4002 DESCRIPTION: REMOVE DEBRIS, FENCE AND TREES AROUND INLET STRUCTURE METHOD OF MEASURE: LS UNIT OF ISSUE: JOB ESTIMATED QUANTITY: 1 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ ITEM 5: INDIAN LAKE CLIN: 5001 DESCRIPTION: REPAIR EROSION METHOD OF MEASURE: EQ UNIT OF ISSUE: SQFT ESTIMATED QUANTITY: 1000 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 5002 DESCRIPTION: CLEAN DEBRIS OFF DAM METHOD OF MEASURE: LS UNIT OF ISSUE: JOB ESTIMATED QUANTITY: 1 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 5003 DESCRIPTION: REMOVE DEBRIS, FENCE AND TREES AROUND INLET STRUCTURE METHOD OF MEASURE: LS UNIT OF ISSUE: ESTIMATED QUANTITY: 750 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 5004 DESCRIPTION: INSTALL RIP RAP ALONG RIGHT GROIN METHOD OF MEASURE: EQ UNIT OF ISSUE: TON ESTIMATED QUANTITY: 50 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 5005 DESCRIPTION: REMOVE TREES AT OUTLET METHOD OF MEASURE: DQ UNIT OF ISSUE: SQFT ESTIMATED QUANTITY: 750 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 5006 DESCRIPTION: RESHAPE BERM ON DOWNSTREAM DAM FACE METHOD OF MEASURE: EQ UNIT OF ISSUE: SQFT ESTIMATED QUANTITY: 500 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 5007 DESCRIPTION: REPLACE DRAIN VALVE GUIDE BRACKET METHOD OF MEASURE: LS UNIT OF ISSUE: JOB ESTIMATED QUANTITY: 1 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ ITEM 6: U38 LAKE CLIN: 6001 DESCRIPTION: GRADE AND BENCH OUTLET OF EMERGENCY SPILLWAY METHOD OF MEASURE: EQ UNIT OF ISSUE: SQFT ESTIMATED QUANTITY: 12000 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ CLIN: 6002 DESCRIPTION: INSTALL RIP RAP ON EMERGENCY SPILLWAY METHOD OF MEASURE: EQ UNIT OF ISSUE: TON ESTIMATED QUANTITY: 250 UNIT PRICE: $_______________ EXTENDED PRICE: $_______________ VARIATION IN QUALTITY: If the quantity of a unit-priced item in this contract is an estimated quantity and the actual quantity of the unit-priced item varies more than 15 percent above or below the estimated quantity, an equitable adjustment in the contract price shall be made upon demand of either party. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above 115 percent or below 85 percent of the estimated quantity. If the quantity variation is such as to cause an increase in the time necessary for completion, the Contractor may request, in writing, an extension of time, to be received by the Contracting Officer within 10 days from the beginning of the delay, or within such further period as may be granted by the Contracting Officer before the date of final settlement of the contract. Upon the receipt of a written request for an extension, the Contracting Officer shall ascertain the facts and make an adjustment for extending the completion date as, in the judgement of the Contracting Officer, is justified. DEFINITIONS: DQ: Design Quantity. This is an estimated quantity based on project design and the pay item may be adjusted for variation in quantity. EQ: Estimated Quantity. This is an estimated quantity based on the amounts the government estimates as being required to complete the line item. The pay item may be adjusted for variation in quantity. LS: Lump Sum. The line item is not subject to an adjustment for variation in quantity. STATEMENT OF WORK DIVISION 1 – GENERAL REQUIREMENTS SECTION 1010 – SUMMARY OF WORK PART 1 – GENERAL 1.01 Description of Work: A. Extent of Contract 1. Provide and furnish all labor, superintendence, materials, tools, equipment and other items designated under “General Provisions” of this contract necessary to provide repairs to various dams including excavation, tree and fence removal, debris removal, installing rip rap, and concrete patching A general summary of the project follows and is for information only, and is not intended to be all-inclusive. 2. Location- Various Dams Perry and Crawford Counties, Indiana. Work to be completed at Deer Creek Lake, Saddle Lake, Tipsaw Lake, Celina Lake, Indian Lake in Perry County , and U38 Lake in Crawford County END OF SECTION SECTION 1020 – TEMPORARY FACILITIES AND CONTROLS PART 1 – GENERAL 1.01 Description of Work: A. Utilities 1. Electric power is not available at the sites. B. Water 1. Water is not available at the sites. C. Toilet facilities 1. Adequate toilet facilities for construction workers are not available at the sites. D. Security 1. Contractor shall provide for security of sites, equipment, and personnel during contract period. 1.02 Debris disposal A. All debris shall be removed from the sites and disposed of in accordance with all existing laws. END OF SECTION DIVISION 2 – SITEWORK I. SECTION 2110 – MATERIAL REMOVAL AND PLACEMENT PART 1 GENERAL A. 1.01 SUMMARY B. Description of Work: a. Extent of Work: List of items specified herein for removal is not inclusive and shall not limit the amount of work to be performed. Remove debris accumulated around inlet structures, remove existing fencing adjacent to inlet structures, remove trees adjacent to outlet structure areas. See attached schedule of items b. At each dam all woody debris shall be piled neatly in areas designated by the COR. Material will be burned by FS after it dries out. 1. Regulatory Requirements: a. OSHA Safety and Health Standards. b. EPA Regulations. PART 2 EXECUTION 2.01 PREPARATION A. Protection: 1. Existing Conditions: Restoration of existing adjacent vegetation and grounds damaged shall be made at the Contractor’s expense. END OF SECTION SECTION 2220 - EXCAVATING, BACKFILLING, AND COMPACTING PART 1: GENERAL 1.01 SUMMARY A. Section Includes: 1. Excavating. a. Excavate minimum area needed to provide fill material. Reshape borrow area to minimize steep finish grades. 2. Fill. a. Fill material shall be placed in 4”-6” lifts, blended into existing area and shaped to conform to existing contours. When practical, topsoil shall be removed and replaced in appropriate areas. 3. Compacting. a. Topsoil areas should be lightly compacted.. b. Seeding shall comply with the “Hoosier N.F. Seeding Specifications”. 1.02 QUALITY ASSURANCE A. Regulatory Requirements: a. OSHA Safety and Health Standards. b. EPA regulations 1.03 PROJECT /SITE CONDITIONS A. Existing Conditions: 1. Existing conditions are to be verified in the field before construction. 2. Existing Utilities: a. None exist PART 2 PRODUCTS 2.01 MATERIALS A. Explosives: The use of explosives is not permitted. PART 3: EXECUTION 1. Protect existing trees, shrubs, bushes, driveways, utilities, and other facilities, features, and improvements on or adjacent to the site from damage where such items are to remain. 2. Maintain material placement and excavations at all times to guard against and prevent injury to employees and the public in accordance with safety practices for building construction. Install necessary safety fencing to protect the public. 3. Seed according to enclosed “Hoosier N.F. Recommended Seed Mixtures” specifications. END OF SECTION Hoosier National Forest Recommended Seed Mixture March 15, 2007 Kirk W. Larson Forest Botanist & Nonnative Invasive Plant Coordinator Zachary Rigg Forest Soil Scientist For use at all locations and seasons: Apply throughout the season when soil moisture conditions are adequate for germination. Winter wheat is a nonnative annual agricultural (nurse) crop species, but it is non-persistent and a fast-growing, short-lived plant that provides quick soil stabilization to keep invasive weeds from invading without competing with native grasses/wildflowers. Mix the winter wheat seed with the selected native seed species according to the rates displayed below: Species Per Acre Winter wheat (Triticum aestivum) 40 lbs./acre Switch grass (Panicum virgatum) 4 lbs./acre Virginia wild rye (Elymus virginicus) 4 lbs./acre Partridge pea (Cassia fasciculata) – preferred – both districts 1 lbs./acre or Illinois bundle flower (Desmanthus illinoensis) – use only Tell City RD This seed mix is for use in general applications across the Hoosier where ground disturbances have created conditions with the potential for soil erosion and the possible spread of nearby nonnative invasive plants. Typically, areas requiring seeding may include roadsides, log landings, and firelines on steeper slopes. Where necessary use a light covering of weed-free straw, if available, to help hold in moisture and increase germination. Do not use field hay for mulch as it invariably contains innumerable weed seeds, and if weed-free straw is not available or it is visually questionable, then it is much better to not use any at all. The following provisions in their latest editions apply to this solicitation. FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Price and Price related factors only. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically: FAR 52.233-3, FAR 52.233-4, FAR 52.219-3, FAR 52.219-8, FAR 52.219-14, FAR 52.219-28, FAR 52.222-3, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222.41, FAR 52.222-50, FAR 52.223-15, FAR 52.232-33, FAR 52.222-41, FAR 52.222-44, FAR 52.215-2, FAR 52.219-8, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-39, FAR 52.222-41, FAR 52.222-50, FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp It a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and price related factors considered. Contact Keno Koehl (812) 275-5987 to arrange site visits. METHOD OF SUBMMISSION OF QUOTATIONS for this solicitation shall be addressed to Ohio River Basin Shared Procurement Cluster, Hoosier National Forest, 811 Constitution Ave., Bedford, IN 47421 ATTN: Mark Corse . Quotations may be forwarded via e-mail to [email protected] or facsimile (812) 279-3423 NOT LATER THAN 26 Aug 2008, 2:30 P.M. EST. For technical questions, Government Point of Contact is Keno Koehl (812) 275-5987. A print ready copy of this solicitation is available on the Hoosier National Forest Website http://www.fs.fed.us/r9/hoosier/docs/contracts/contracts.htm
Bid Protests Not Available

Similar Opportunities

Sparta Wisconsin 15 Jan 2026 at 5 AM (estimated)
Sparta Wisconsin 15 Jan 2026 at 5 AM (estimated)
Anchorage Alaska 10 Jul 2025 at 4 AM (estimated)
Philadelphia Pennsylvania 25 Jul 2025 at 4 AM
Menlo park California 05 Jul 2025 at 12 AM