NEZ PERCE-CLEARWATER NF Salmon River Seed Orchard Well Drilling
ID: 1240LU24Q0075Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 9Ogden, UT, 844012310, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Agriculture, Forest Service, is seeking qualified contractors for the "Salmon River Seed Orchard Well Drilling" project located in the Nez Perce-Clearwater National Forests in Idaho. The primary objective is to drill a well to provide potable water to the nursery, with provisions for additional wells if the initial attempt does not meet specifications. This project is crucial for ensuring sustainable water resources for agricultural activities within the national forest, reflecting the government's commitment to effective water management. Bids are due by September 26, 2024, at 11:00 A.M. MT, with a project budget estimated between $100,000 and $250,000, and work is expected to commence no earlier than October 15, 2024, continuing until October 15, 2025. Interested contractors can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation (No. 1240LU24Q0075) for the "Salmon River Seed Orchard Well Drilling" project by the USDA Forest Service. The aim is to provide potable water to a nursery within the Nez Perce-Clearwater National Forests, situated in Idaho. The project involves the drilling of a well, with additional provisions for alternative wells if initial attempts do not meet specifications. Bids are due by September 26, 2024, at 11:00 A.M. MT, with a performance period spanning from October 15, 2024, to September 15, 2025. A performance bond is required for contracts exceeding $35,000, and various environmental compliance measures should be adhered to during construction. The commission is targeting a project size with an estimated cost between $100,000 and $250,000. Critical sections include detailed requirements for site conditions, necessary contractor qualifications, project specifications, and bonding regulations. The overall scope emphasizes environmental stewardship alongside operational guidelines, ensuring legal and safety compliance throughout the project lifecycle. This initiative illustrates the federal government’s commitment to infrastructure development while managing natural resources responsibly.
    The document outlines the Request for Proposal (RFP) for the Salmon River Seed Orchard Well Drilling project, identified by solicitation number 1240LU24Q0075. It specifies a range of drilling services and associated tasks required in the Nez Perce-Clearwater National Forests, Idaho. The bidding schedule includes items such as mobilization, sediment control, drilling permits, multiple dimensions of well casing and screen, grouting, yield testing, and water analysis. Optional work includes drilling and abandoning additional wells. Contractors must submit pricing for all listed items to be eligible for the contract. The proposal emphasizes the potential for one award based on the comprehensive pricing provided. The stipulations regarding optional tasks imply flexibility for the government in project execution while ensuring compliance with contract terms. This RFP reflects a systematic approach to managing groundwater resources while supporting the operational needs of the Salmon River Seed Orchard.
    The document outlines the well construction plans for the Salmon River Seed Orchard project, developed for the U.S. Department of Agriculture Forest Service in the Nez Perce-Clearwater National Forest, Idaho. It includes a comprehensive index of blueprints and engineering details, with specific sheets dedicated to project notes, site plans, and well construction details. The plans received multiple approvals, indicating compliance with federal oversight, and reflect an emphasis on properly documented engineering practices essential for the environmental and operational integrity of the site. This project forms part of broader federal initiatives, emphasizing the importance of water resource management within national forests. The detailed technical drawings and general notes aim to ensure successful implementation and adherence to safety standards, showcasing the government's commitment to maintaining natural resources while facilitating agricultural activities.
    The Salmon River Seed Orchard project involves the drilling, casing, and testing of a groundwater well under specified provisions. The work includes using appropriate drilling equipment to reach an estimated depth of 250 feet while adhering to Idaho regulations. If initial attempts at "Priority 1" locations do not yield sufficient production rates, an alternative "Priority 2" location has been designated for further drilling. The contractor is responsible for obtaining permits, conducting various tests (yield, chemical, and bacteriological), and implementing proper disposal methods for construction waste. Additionally, the contract outlines critical materials (such as steel and PVC casing) and mandates adherence to specific well construction standards. The well must be developed to ensure maximum yield, with comprehensive logging of materials and conditions encountered during drilling. Well abandonment procedures are described, ensuring environmental regulations are met if conditions necessitate. Overall, this document serves as a guide for contractors to meet the necessary standards and regulations while completing well construction and testing, emphasizing compliance, safety, and effective water sourcing for the seed orchard.
    The document consists of a wage determination for heavy construction projects in Idaho, specifically covering Benewah, Clearwater, and Latah Counties. It outlines compliance with the Davis-Bacon Act, which mandates minimum wage standards for workers on federally funded projects. The wage rates reflect the prevailing wages determined by a survey and account for various trades, including carpenters, electricians, ironworkers, and laborers, with listed hourly rates and fringe benefits. Specific executive orders are noted that dictate wage rates based on contract dates and extensions, emphasizing that contracts awarded post-January 30, 2022, require a minimum wage of $17.20 per hour. The determination also includes requirements for paid sick leave under Executive Order 13706 and outlines the appeals process for wage determinations. Additionally, the document emphasizes that appropriate classifications not listed must be submitted for approval. Overall, the file serves to ensure fair wage compliance and worker protection in public construction contracts, essential for contractors participating in federal grants and state/local requests for proposals (RFPs).
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BEAVERHEAD DEERLODGE NATIONAL FOREST - Copper Creek and Springhill Well Drilling Project
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Copper Creek and Springhill Well Drilling Project on the Beaverhead-Deerlodge National Forest in Montana. The project involves drilling two potable water wells at designated locations, requiring contractors to provide all necessary labor, materials, equipment, and supervision to complete the work in compliance with state regulations and environmental standards. This initiative is crucial for ensuring safe and reliable water access in the area while adhering to federal procurement processes. Interested contractors must submit sealed bids by September 23, 2024, with the contract valued between $25,000 and $100,000 and completion expected by October 31, 2024. For further inquiries, contractors can contact Wes Dudley at wesley.dudley@usda.gov or Mark Libby at mark.libby@usda.gov.
    Mountain Springs Potable Water Well Construction, Spring Mountains National Recreation Area, Humboldt-Toiyabe National Forest, Nevada
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction of a potable water well at the Spring Mountains National Recreation Area within the Humboldt-Toiyabe National Forest in Nevada. The project involves various tasks including mobilization, drilling an 8-inch well, casing, concrete grout sealing, and performance testing, with an estimated construction cost between $100,000 and $250,000. This initiative is crucial for developing sustainable water resources in a federally protected area, ensuring compliance with environmental regulations and public safety measures during construction. Proposals are due by September 23, 2024, at 5:00 p.m. Central Time, and interested contractors should direct inquiries to Mary Harding at mary.harding@usda.gov.
    South Fork Bunk House Well
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the South Fork Bunkhouse Well project located in South Fork, Colorado. The project entails drilling a new potable water well, conducting water quality tests, and ensuring compliance with public water system regulations, with an estimated cost between $25,000 and $100,000. This initiative is crucial for maintaining a reliable water supply in the Rio Grande National Forest while adhering to state and federal regulations. Interested contractors must submit their proposals via email by September 20, 2024, and are encouraged to conduct a site visit prior to bidding; for further inquiries, they can contact Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    Idaho Panhandle National Forest Coeur D' Alene Nursery Roofing Replacements
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the replacement of roofs at the Coeur D'Alene Nursery in Idaho under Solicitation No: 1240LU24R0025. The project entails removing existing metal roofs and installing new metal roofing systems across multiple buildings, including necessary components such as underlayment, ice shields, and addressing any damaged roof sheathing. This initiative is crucial for maintaining the structural integrity of facilities used for agricultural and research purposes, with an estimated project cost ranging between $100,000 and $250,000, and completion expected by October 15, 2025. Interested contractors must submit their bids by September 23, 2024, and can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.
    Beaverhead Deerlodge National Forest fencing and spring developments
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking contractors for the Beaverhead Deerlodge National Forest fencing and spring developments project, which involves fenceline clearing, construction of fencing, and spring site development using government-furnished materials. The project is located approximately 50 miles southwest of Butte, Montana, and aims to enhance natural resource conservation and habitat improvement within the forest. The estimated contract value ranges from $25,000 to $100,000, with work expected to commence on June 1, 2025, and conclude by October 15, 2025. Interested contractors must submit their quotes along with a completed experience questionnaire by the bidding deadline of September 23, 2024. For further inquiries, contact John Curry at john.curry@usda.gov or call 605-673-9216.
    Phase 1 4FL Forest Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting bids for the Phase 1 4FL Forest Housing Deferred Maintenance project located in McCall, Idaho, specifically within the Payette National Forest. This project involves critical construction activities, including the installation of new utilities, demolition of existing structures, and the construction of a new laundry facility, all aimed at improving housing infrastructure for government employees. The contract is set aside for small businesses, with a total estimated value between $250,000 and $500,000, and the performance period is scheduled from September 30, 2024, to October 30, 2025. Interested contractors must submit their proposals by September 23, 2024, at 5:00 PM EST, and can direct inquiries to Brenda Simmons at brenda.simmons@usda.gov.
    C--NV-PAHRANAGAT NWR-DESIGN/BUILD SERVICES
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for Design/Build Services to replace and construct new North and South Wells at the Pahranagat National Wildlife Refuge in Nevada. The project entails drilling, casing, developing, and testing water quality for both wells, as well as installing pumps and necessary utilities to ensure a reliable water supply for the Refuge, which is critical for maintaining its ecological functions. The contract is expected to last approximately 2 years and 4 months, with construction activities primarily scheduled between June to September or October to February, and interested parties should contact Cindy Salazar at CindySalazar@fws.gov or 503-872-2832 for further details. This opportunity is set aside for small businesses under the SBA guidelines, with a NAICS code of 237110 for Water and Sewer Line and Related Structures Construction.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    Notice of Intent to Use an Already Existing BPA to Solicit and Award Big Marsh Planting
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Deschutes National Forest, is issuing a presolicitation notice for the Crescent Ranger District Planting project on Big Marsh. The objective of this procurement is to secure services for the planting of government-furnished plugs during the fall seasons from 2024 to 2026, utilizing an existing Blanket Purchase Agreement (BPA). This initiative is part of the government's ongoing efforts in ecological restoration and reforestation within the region, aligning with the NAICS Code 115310, which covers support activities for forestry. Interested parties can direct inquiries to Cynthia B. Armour at cynthia.armour@usda.gov or by phone at 541-410-6720, with the anticipated contract award date set for September 10, 2024.
    Hanford Reach Ntl. Monument planting 20k sagebrush
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking small business contractors to undertake the planting of 20,000 bare-root Wyoming sagebrush seedlings at the Hanford Reach National Monument in Washington. The project aims to support ecological restoration efforts by utilizing seedlings provided by the government, covering approximately 45 acres, and adhering to specific planting instructions to ensure optimal growth conditions. This initiative is part of broader federal efforts to preserve biodiversity and manage natural resources effectively, with the planting scheduled between November 15 and December 20, 2024, contingent on weather conditions. Interested contractors must submit their quotes by October 14, 2024, and can contact Adam Graham at adamgraham@fws.gov or 762-325-0609 for further details.