Z--IRA - Cave Gulch Road Maintenance
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: Jul 19, 2024 11:03 am MDT
- Original Response Date: Sep 10, 2024 01:00 pm MDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Sep 25, 2024
- 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: Cave Gulch Road Garnet , MTUSA
Description
BLM will issue Solicitation Number 140L3624R0013 via https://sam.gov/content/opportunities, at the link provided in this notice. The principal components of the work to be performed include, but are not limited to:
* SCHEDULE
* Mobilization
* Public Traffic, Temporary Signage
* Roadway Clearing and Grubbing, Disposal Method - Slash (a) (f) (g) or (k), Logs (i), Stumps (a) or (c)
* Roadside Brushing, Disposal Method (a) (f) (g) or (k)
* Removal of Individual Trees, Disposal Method -- Log (i), Slash (f), Stump (a) or (c)
* Removal of Minor Culvert, Disposal Method (a)
* Removal of Rubber Flap Cross Drain, Disposal Method (a)
* Drainage Excavation, Type -- Construct Ditch
* Drainage Excavation, Type -- Construct Drain Dip
* Drainage Excavation, Type -- Construct Catch Basin
* Drainage Excavation, Type -- Reshape Existing Catch Basin
* Placed Riprap, Class 1 & 2
* Rock Buttress or Headwall, Hand Placed, Class 1 & 2
* Roadway reconditioning, Compaction Placement Method -- (b)
* Construct 4% Outslope for 50' with 25' Tapers
* Install 18 inch Pipe Culvert, Extension to Existing CMP
* Install 24 inch Pipe Culvert, CMP
* Install Surface Water Deflector, Type -- Open Top
* Cleaning Culverts in Place
* Rental Equipment, Type -- Hydraulic Excavator, Scale Cut Slope of Loose Rock
Pursuant to Part 15 and Part 36 of the Federal Acquisition Regulations, BLM intends to issue a Request for Proposal (RFP) on or around August 2, 2024. The estimated price range of this acquisition is between $250,000 and $500,000. BLM anticipates issuing the RFP under the total small business set-aside program. The applicable North American Industry Classification System (NAICS) Code is 237310 and the associated Small Business Size Standard is $45.0 Million.
The Government strongly urges offerors to inspect the sites to gain a better understanding of the work requirements and to satisfy themselves regarding all general and local conditions that may affect the cost of performance. An organized site visit is currently planned for August 8, 2024. Interested vendors will meet at MP 0.0 of the project at 1:00 pm local time. In no event shall failure to inspect the site constitute grounds for a claim after award.
A single contract award will be made to the offeror that submits a proposal that has been determined to be the best value based on Tradeoff Procedures within the Federal Acquisition Regulations. A firm-fixed priced contract is contemplated. Proposals will be due on or around September 10, 2024. Offerors shall submit electronic proposals as a response to the anticipated solicitation. Electronic proposals will be subject to the same rules as paper proposals.
The Government anticipates award of this procurement on or around September 25, 2024. The successful contractor will be required to commence work within 10 calendar days after the date the Contractor receives the notice to proceed. The required completion date for the project is August 15, 2025; however the onsite work is limited to 60 calendar days.
For further information about the requirement, offerors should contact Christine Mundt at cmundt@blm.gov or at (406) 896-5030.
All prospective contractors must be registered in the System for Award Management (SAM) to be eligible for award. If you have not updated SAM since October of 2020, you are advised to update early to be sure you are in compliance with the expanded Section 889 prohibitions on not using certain covered technology products.
The successful contractor shall electronically submit all payment requests for the anticipated contract through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the contractor must submit a waiver request in writing to the Contracting Officer with its offer.
Attachments/Links
Contact Information
Contracting Office Address
- 5001 SOUTHGATE DR XXXX
- BILLINGS , MT 59101
- USA
Primary Point of Contact
- Mundt, Christine
- cmundt@blm.gov
- Phone Number 4068965030
Secondary Point of Contact
History
- Sep 25, 2024 09:55 pm MDTSolicitation (Original)
- Sep 25, 2024 09:55 pm MDTPresolicitation (Original)