This Sources Sought notice is a request for information to be used for preliminary market research and planning purposes only. The Government is seeking responses from contractors interested and capable of performing the required services. No quotes are being requested or accepted. This is NOT a solicitation and no contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of interested parties including Small Business (SB); 8A; Historically Underutilized Business (HUBZone); Service-Disable Veteran-Owned Small Business (SDVOB); and Women-Owned Small Business (WOSB).
The Idaho Panhandle National Forest (IPNF) Sandpoint Ranger District, expects to solicit for West Spring Creek Trail Bridge. The project consists of construction and installation of a trail bridge over the West Spring Creek. Work includes excavation, constructing of geocell foundations, building the approaches, placing commercial source aggregate and riprap, construction of a glued laminated stringer trail bridge 50 feet long by 5 feet wide and installing the bridge, also blocking ATV access at multiple points. The IPNF anticipates awarding Firm-fixed price construction services. The period of performance is anticipated to start September 15, 2018 for 60 calendar days. The project is located on the Sandpoint Ranger District and can be accessed from Sandpoint by taking Hwy 200 East for approx. 18.9 miles and left 0.15 miles veer right onto West Spring Creek Road for 4.5 miles, beginning of the project. LAT. N 48*11'45" LONG W 116* 11'10"
In order to determine the extent of industry interest and capability, interested parties must submit a written response to ATTN: Rita Loper, USDA Forest Service, Region 1 Acquisition, Idaho Panhandle National Forests, 3815 Schreiber Way, Coeur d Alene, ID 83815 or FAX to 208-765-7229 or email
[email protected]. Responses are due by 4:00 p.m. (pacific), Thursday July 26, 2018. The responses shall include:
1) Name of Firm, Point of Contact, Mailing Address, Telephone Number, email address and DUNS number.
2) Identification of the appropriate small business eligibility as determined by the NAICS size standards, the Small Business Administration and registration in System for Award Management (SAM), including SB, HUBZone, 8A, SDVOB or WOSB.
3) A brief description of experience providing this type of services including dollar value of previous work performed within the past three years.
This project was solicited as a small business set-aside (RFQ 12034318Q0319) and awarded to Work Horse LLC out of Enterprise, OR on 9/27/2018 (Contract 12034318C0119) for a total value of $52,260.
Bid Protests Not Available