Caldor Suppression Repair and GAOA John Don’t
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Presolicitation (Original)
- Original Published Date: Feb 14, 2023 01:43 pm PST
- Original Response Date: Mar 31, 2023 04:30 pm PDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1LB - CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
- NAICS Code:
- 237310 - Highway, Street, and Bridge Construction
- Place of Performance:
Description
PROJECT DESCRIPTION: Caldor Suppression Repair and GAOA John Don’t
Caldor Suppression Repair
Project consists of furnishing all labor, materials, equipment, tools, transportation, incidentals, inspection, quality control and supplies necessary to complete the suppression repairs after the Caldor Fire. Contractor shall restore the drainage functions, clean ditches, leadoffs, and culverts of Forest Service roads. Contractor shall deliver aggregate for spot surfacing, deliver asphalt to repair potholes and skin patching. The contractor shall provide the materials to do a single course chip seal, fog seal, asphalt concrete overlay, and striping. Due to the recent fires, it is expected that contractors will encounter fallen trees across the road. Removing these trees off the road is considered incidental.
GAOA John Don’t
Project consists of furnishing all labor, materials, equipment, tools, transportation, incidentals, inspection, quality control and supplies necessary to complete the suppression repairs within the John Don’t project area. Contractor shall recondition the existing roadway which includes cleaning ditches, re-establish drainage features, re-establishing and cleaning leadoff ditches, cleaning culverts, removing vegetation and debris off the roadway, outsloping, and blading and compacting existing Forest Service roadbed to restore drainage functions of the roadway. Contractor shall construct waterbars and rolling dips to drain water off the roadway. Contractor shall deliver aggregate for spot surfacing and deliver asphalt for asphalt pothole and skin patching. Contractor shall do linear grading which includes re-establishing the roadbed and road reconditioning.
All work shall be in accordance with the contract requirements and within the contract time. Contractor shall, without additional expense to the government, be responsible for obtaining any necessary licenses, permits, which comply with any federal, state, and municipal laws, codes and regulations applicable to the performance of the work.
Contractor is responsible for temporary traffic control and construction signs shall be in accordance with the latest version of MUTCD.
PROJECT LOCATION:
Caldor Suppression Repair
The project is located within the Pacific, Placerville, and Amador ranger districts within the Eldorado National Forest. From Placerville, California, take Highway 50 east towards South Lake Tahoe for approximately 15 miles and exit Sly Park Road. Turn right onto Sly Park Road and travel for approximately 4.5 miles. Turn left on Mormon Emigrant Trail (NFS Road 10N50) to reach the project site.
GAOA John Don’t
The project is located on the Pacific ranger district within the Eldorado National Forest. From Placerville, California, take Highway 50 east towards South Lake Tahoe for approximately 24 miles. Turn left onto Ice House Road and travel for approximately 10 miles to reach the project site.
Contractors shall furnish all labor, supervision, equipment, materials, transportation, supplies (unless specified elsewhere as Government-furnished), and incidentals required to accomplish specified work in compliance with the terms, specifications, and provisions of the contract. Work is estimated to begin around June 2023. Engineering point of contact is Alvin Sarmiento, telephone: (530) 708-1363. NAICS 237310 with size standard $45 mil. This project is set aside 100% for small business.
Attachments/Links
Contact Information
Contracting Office Address
- 1400 Independence AVE SW MS-1138
- Washington , DC 202501138
- USA
Primary Point of Contact
- Bryce Kamerdula
- bryce.kamerdula@usda.gov
- Phone Number 5414084185
Secondary Point of Contact
History
- May 10, 2023 08:58 pm PDTPresolicitation (Updated)
- Feb 14, 2023 01:43 pm PSTPresolicitation (Original)