USDA Forest Service - Daniel Boone National Forest Road Construction MATOC South Zone
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: Solicitation (Updated)
- Updated Published Date: Mar 17, 2023 08:27 am EDT
- Original Published Date: Mar 14, 2023 01:54 pm EDT
- Updated Date Offers Due: Apr 17, 2023 05:00 pm EDT
- Original Date Offers Due: Apr 17, 2023 05:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: May 02, 2023
- Original Inactive Date: May 02, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1LB - CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
- NAICS Code:
- 237310 - Highway, Street, and Bridge Construction
- Place of Performance:
Description
The United States Department of Agriculture (USDA), United States Forest Service (FS) intends to solicit and award two (2) Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for road construction activities to cover multiple projects in the State of Kentucky. Each MATOC will correspond to either the North or South zones of the DBNF. The solicitation geographical data zones are;
12445123R0009 DANIEL BOONE NF NORTH
12445123R0010 DANIEL BOONE NF SOUTH
Work 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, and Aggregate surfacing (except minor spot surfacing which could be done under a service contract).
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.
This Request for Proposals RFP [JKF1] which will result in two MATOCs awarded performance-based requirement agreement for a base period of performance plus two (2) one-year option periods. One MATOC will be for the North Region and the other will be for the South region. Vendors may bid on either or just one solicitation. Submission of an offer for the base contract period constitutes an offer to perform in the option period(s), if exercised. This project is set-aside 100% for small businesses. Award will be made based on the best value to the Government.
SITE VISIT - An organized site visit is not scheduled. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
Attachments/Links
Contact Information
Contracting Office Address
- 1720 Peachtree ST NW STE 876S
- Atlanta , GA 303092449
- USA
Primary Point of Contact
- Charles Cotton
- charles.cotton@usda.gov
Secondary Point of Contact
History
- May 06, 2023 11:59 pm EDTSolicitation (Updated)
- Apr 12, 2023 01:23 pm EDTSolicitation (Updated)
- Mar 17, 2023 08:27 am EDTSolicitation (Updated)
- Mar 16, 2023 02:02 pm EDTSolicitation (Updated)
- Mar 16, 2023 02:01 pm EDTSolicitation (Updated)
- Mar 16, 2023 01:57 pm EDTSolicitation (Updated)
- Mar 16, 2023 11:14 am EDTSolicitation (Updated)
- Mar 14, 2023 01:54 pm EDTSolicitation (Original)