Skip to main content

An official website of the United States government

You have 2 new alerts

R2 Road Maintenance and other Forest Maintenance/Support Services

info alert

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: Oct 21, 2024 12:39 pm MDT
  • Original Response Date: Nov 05, 2024 02:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F018 - NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION)
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Lakewood , CO 80401
    USA

Description

Presolicitation notice for the Region 2 Road Maintenance and other Forest Maintenance/Support Services

1. Introduction.  This pre-solicitation notice is for information only and is not a commitment by the Government to solicit contractual offers or award contracts.  The Government is not soliciting, nor will it accept proposals as a result of this synopsis.  If a competitive solicitation is issued in the future, it will be announced via The System for Award Management (SAM) at SAM.gov and interested parties must comply with that announcement.  The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice.  This is not a solicitation or a promise to issue a solicitation, and this information is subject to modification and in no way binds the Government to award a contract.

2. Applicable North American Industry Classification System (NAICS) Code.  The applicable NAICS code is 237310 Highway, Street, and Bridge Construction Size Standard for NAICS: $45.0 Million.

3. Type of Contract to be Awarded.  As a result of this synopsis and possible solicitation, the Special Project Operations Center, Intermountain Branch, plans to award a firm fixed price contract.

4. Type of Solicitation.  The solicitation, if released, will be governed by Federal Acquisition Regulation Part 15, “Contracting by Negotiation”.

5. Synopsis Posting Period.  This synopsis will be posted for 15 days.

6. Contracting Office Points of Contact.  Traci Jackson, Contract Specialist, Traci.Jackson@usda.gov.

7. Contract Description.  Region 2 has identified the need for contractual assistance with performing maintenance and repair work on National Forest roads and related improvements throughout the National Forests and National Grasslands within this region.

The US Forest Service, Region 2 has an ongoing requirement for a Road Maintenance and other forest maintenance/support services. The goal of this contract will be to establish a multiple award schedule (MAS) consisting of multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for the Forests in Colorado, Nebraska, South Dakota, & Wyoming. The services required include Snow Removal; Furnished Equipment; Work Area Management; Surface Maintenance; Surface Stabilization; Spot Surfacing/Rock Replacement; Asphalt Service Maintenance; Loading, Hauling, and Placing of Materials; Drainage Structure reconditioning; Disturbed Area Treatments; Roadway Vegetation Maintenance; Cattleguard, Traffic Gates and Barriers Maintenance; Sign Maintenance; Watering and Water Supply; Aggregate Supply and Stockpiling; and Roadway Obliteration.

This will be a service contract, construction services will not be included in this requirement.

8. Type of Set-aside.  Total small business set-aside.

9. Responses.  Interested and capable sources are encouraged, but not required, to respond to this synopsis with a Statement of Capability.  In addition to a Statement of Capabilities, firms responding to this announcement should include company name, Unique Entity Identification, point of contact, address, and indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned business, HUBZone small business, small disadvantaged business, or women-owned small business.  Responses should be submitted to Traci Jackson at Traci.jackson@usda.gov by the closing date of this notice.

Contact Information

Contracting Office Address

  • SPOC Intermountain 1400 INDEPENDENCE AVE SW, MS-1138
  • Washington , DC 202500001
  • USA

Primary Point of Contact

Secondary Point of Contact





History