Skip to main content

An official website of the United States government

You have 2 new alerts

USDA Forest Service - Arkansas OZARK NORTH Road Construction MATOC

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Apr 04, 2023 08:31 am EDT
  • Original Published Date: Mar 08, 2023 12:27 pm EST
  • Updated Date Offers Due: Apr 14, 2023 01:00 pm EDT
  • Original Date Offers Due: Apr 14, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 29, 2023
  • Original Inactive Date: Apr 29, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1LB - MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    AR 72801
    USA

Description

Scope of Work:   The United States Department of Agriculture (USDA), United States Forest Service (FS) intends to solicit and award Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for road construction activities to cover multiple projects in the State of Arkansas (North).

Contract/Task Order Type/Limits:  Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC).

The Government intends to award up to eight contracts per USDA State/National Forest location(s).

  • Minimum Guarantee: $2,000 per contractor over the life of the contract
  • Individual Contract Ceiling: awarded will have a ceiling of $12,000,000.00*
  • Maximum Aggregate Ceiling: $12,000,000.00* across the contract Competitive Pool.

*The Aggregate Ceiling for the contract pool SHALL NOT BE EXCEEDED.

 All contracts will have:

Base Period (12 months after signature/award)

Option period One (24 Months after exercising)

Option period Two (24 Months after exercising)

Set Aside: These contracts and associated task orders are set-aside 100% for small businesses. Size Standard: $39.5M

Authorized Contracting Units:  These contracts are for the use of USDA contracting officers located within the designated State

  • USDA-FS.  Primary contracting authority for these IDIQ/MATOC contracts will be the USDA-FS in the designated state and zone within the state.
  •  Alternate.  Any authorized USDA contracting officer may utilize these IDIQ/MATOC contracts to accomplish the outline tasks within the designated state and zone within the state.

Location(s):  The USDA-FS will be the primary user.  The contractor SHALL be able to provide the construction services in the entire USDA-FS “pool” area.  Contractor SHALL provide services for the entire Forest.  The USDA-FS does not intend to award MATOCS for individual districts.

       Forest Details:

Ozark National Forests (USDA NORTH) https://www.fs.usda.gov/main/osfnf/about-forest/districts

  • Map for reference:
  • North Area Competitive Pool includes  (up to 12 Contracts):
    • Boston Mountain Ranger District
    • Magazine Ranger District
    • Big Piney Ranger District
    • Sylamore Ranger District
    • Pleasant Hill Ranger District
    • St. Francis Ranger District
  • SOUTH and EAST AREAs: NOT covered under this MATOC

Other USDA agencies may use these services in the state within the pool “zones”.   The contractor does not have to fully cover these areas. State Details:  Arkansas (North, South, and East MATOC areas)

 NAICS/PSC Codes:  These IDIQ/MATOCS consist of Road Construction Services 237310 NAICS.  The CO will determine the appropriate NAICS and associated US Department of Labor Wage determination based upon each task order.  The contractor shall be able to perform all duties associated with the NAICS/PSC and sample SOW/Technical Specifications/Drawings.

CONSTRUCTION.  The associated NAICS of these IDIQ/MATOCs is 237310 Highway, Street, and Bridge Construction and subject to the Davis-Bacon Act.

  • Typical activities incurred along a road that shall be done under a construction contract subject to the DBA:
    • -Patching of asphalt or other pavements
    • -Replacing culverts
    • -Striping pavements
    • -Rehabilitating/recycling pavements
    • -Fog or chip seals
    • -Major slump/slide removal
    • -Bridge maintenance
    • -Aggregate surfacing (except minor spot surfacing which could be done under a service contract)
    • Asphalt and Concrete paving
    • Installation of new culverts
    • Bridge Construction
    • Parking Lot Construction/Reconstruction
    • Utility Line Installation in conjunction with road construction

Type of Work.  The contractor shall be capable of providing, at a minimum, all of the work under the title NAICS/PSC Codes.  These are not all encompassing.  The major categories of work activities required by the contract include clearing, earthwork, structural embankments, drainage structures, culvert removal/installation (including Aquatic Organism Passage (AOP), Box culverts, Corrugated Metal), culvert inlet/outlet cleaning, road base and surfacing (Blading & Ditching), brush removal, road structure demolition, road structure construction (such as retaining walls and minor bridge work), and road obliteration (decommissioning). Minor bridge work for new construction includes any simple span bridge structure equal to, or less than 80’-0” span length. Bridge superstructure may be precast reinforced concrete, precast-prestressed concrete, or timber. Bridge abutments may be reinforced concrete or timber grade beams, cast-in-place reinforced concrete shallow foundation, precast concrete modular block foundation, geosynthetic reinforced soil foundation, or driven or drilled steel piling foundation with a cast-in-place concrete pile cap.

SAM.GOV Registration.  Note: prospective awardee shall be registered and active in the System for Award Management (SAM) data base when submitting an offer and shall continue to be registered until time of award, during performance, and through final payment of a contract resulting from this solicitation. Information on registration may be obtained via the internet at: http://www.sam.gov. All contractors and vendors must complete the electronic version of the Representations and Certifications in the SAM system. If at the time of receipt of offers, an Offeror is not actively and successfully registered in the SAM database, the Offeror will  not be considered for award.

Contact Information

Contracting Office Address

  • 1720 Peachtree ST NW STE 876S
  • Atlanta , GA 303092449
  • USA

Primary Point of Contact

Secondary Point of Contact

History