Road Construction MATOC for Alaska
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 (Updated)
- Updated Published Date: Jul 18, 2022 02:32 pm AKDT
- Original Published Date: Dec 09, 2021 11:27 am AKST
- Updated Response Date: Dec 23, 2021 04:30 pm AKST
- Original Response Date: Dec 23, 2021 04:30 pm AKST
- Inactive Policy: Manual
- Updated Inactive Date: May 31, 2022
- Original Inactive Date: May 12, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2LB - REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS
- NAICS Code:
- 237310 - Highway, Street, and Bridge Construction
- Place of Performance:
Description
This announcement constitutes a Pre-Solicitation Notice/Synopsis in accordance with FAR Subpart 5.2. The Government intends to issue a formal solicitation via a Request for Proposals (RFP) in accordance with FAR 15, following this announcement, on or about 15 days from the publication of this announcement. The solicitation and if applicable, any amendments, shall be posted on sam.gov. Responses will be due 30 days after the solicitation is posted, unless extended through an amendment. There may be a question and answer period/pre-proposal conference before proposals are due. Interested offerors must be active in SAM.gov at the date and time proposals are due to be eligible for award. Proposals submitted by contractors without an active record in SAM.gov will not be considered.
The U.S. Forest Service plans to solicit offers for a Multiple Award Task Order (MATOC), Indefinite Delivery Indefinite Quantity (IDIQ) contract type with an estimated Not to Exceed (NTE) shared capacity of $10 Million. The ordering period is anticipated to be five (5) years. The Government anticipates to award three (3) to five (5) contracts for this MATOC. This acquisition will be competed as a Small Business Set-Aside. The anticipated acquisition approach is best value/trade off. Anticipated bonding requirement is $250K per project and $250K aggregate with the assumption that offerors can increase their bonding capacity as needed. Two (2) seed projects are anticipated, one located in the Chugach National Forest and the other in the Tongass National Forest. The guaranteed minimum amount for each contract will be $2.5K for the entire period of the contract. The Government intends to award without discussions but reserves the right to conduct discussions as necessary.
Scope of Work:
The scope of this MATOC includes, but is not limited to, the following types of highway, street, and bridge construction. The work performed may include new work, additions, alterations, maintenance, and repairs.
Road Construction:
New road construction
Road reconstruction/restoration
Other roadbed construction
Road decommissioning
Construction of steel, concrete, and timber road bridges
Trail bridges located at trailheads readily accessible by road building equipment
Burned Area Emergency Response (BAER) requirements
Emergency Relief for Federally Owned Roads (ERFO) requirements
Culverts, aquatic passage structures, and ancillary structures
Erosion type work for roads, stream banks, and lake shore erosion work
Other requirements cited under Divisions 100 through 700 of the FP-14
The major categories of work activities required by the contract include clearing, earthwork, structural embankments, drainage structures, pit/quarry development, aggregate crushing, road base and surfacing, road structure demolition, road structure construction (such as retaining walls and minor bridge work) and road obliteration (decommissioning)
In carrying out work issued as task orders under the awarded MATOC, the contractor shall furnish the personnel, equipment, tools, materials, vehicles, facilities, supervision and other items and services necessary for, or incidental to, the performance of work set forth in the task order’s Scope/Statement of Work. The Contractor shall assume all risk, loss, damage, or expense arising out of the performance of the work, except as otherwise provided in the contract. Contractor personnel shall possess appropriate certifications and training to accomplish the required work as specified in individual task orders.
Location(s):
Requirements shall be carried out as specified in the individual task orders at locations within Alaska (AK). There is not a requirement for offerors to be able to perform in all the locations listed. Potential projects may be in, but not limited to the areas listed below:
Ketchikan Misty-Fjords Ranger District Tongass NF Zone 1
Prince of Wales Island Ranger District Tongass NF Zone 2
Wrangell Ranger District Tongass NF Zone 3
Petersburg Ranger District Tongass NF Zone 4
Sitka Ranger District Tongass NF Zone 5
Hoonah Ranger District Tongass NF Zone 6
Juneau Ranger District Tongass NF Zone 7
Yakutat Ranger District Tongass NF Zone 8
Cordova Ranger District Chugach NF Zone 9
Seward and Glacier Ranger Districts Chugach NF Zone 10
Disclaimer:
This notice does not commit the Government to contract for any supply or service. Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party's expense. Please be advised that all submissions become Government property and will not be returned. Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract.
Submit questions and/or concerns to:
Au Nguyen
Supervisory Contracting Officer
au.nguyen@usda.gov
Phone: 703-981-5796
OR:
Paula Sales
Contract Specialist
paula.sales@usda.gov
Attachments/Links
Contact Information
Contracting Office Address
- R10 ALASKA REGIONAL OFFICE PO BOX 21628
- JUNEAU , AK 99802
- USA
Primary Point of Contact
- Loyd Childs
- loyd.childs@usda.gov
Secondary Point of Contact
- Paula Sales
- paula.sales@usda.gov
History
- Jul 18, 2022 07:55 pm AKDTPresolicitation (Updated)
- Jul 18, 2022 02:53 pm AKDTSolicitation (Original)
- May 31, 2022 07:55 pm AKDTPresolicitation (Updated)
- May 17, 2022 04:58 am AKDTPresolicitation (Updated)
- May 12, 2022 07:55 pm AKDTPresolicitation (Original)