US Forest Svc, Ozark NF, Spring Lake Dam (SLD) Pedestrian Walkway Improvements
ID: 12445124B0020Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 11Atlanta, GA, 303092449, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)

Set Aside

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

    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the Spring Lake Dam Pedestrian Walkway Improvements project located in Paris, Arkansas. The project aims to replace the existing concrete walkway, enhance safety features such as handrails, rehabilitate the dam's stone masonry piers, and replace an existing potable waterline, all in accordance with provided specifications and drawings. This initiative is crucial for maintaining the safety and functionality of the recreational area, which has historical significance dating back to its original construction in 1938. Interested small businesses must submit their bids electronically by September 18, 2024, with a project budget estimated between $250,000 and $500,000, and a performance period of 270 days. For further inquiries, bidders can contact Steven J. Alves at steven.alves@usda.gov or Cynthia Granderson at cynthia.granderson@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an attendance log for a site visit related to a Request for Proposal (RFP) by the United States Department of Agriculture (USDA) and the US Forest Service. It lists attendees, their companies, and contact details, showcasing a diverse group of participants from various construction and land management businesses, along with USDA representatives. Noteworthy attendees include personnel from Grazie Construction, Mid-continental, Thompson Construction Services, and several USDA employees. The site visit appears part of a broader initiative aimed at improving or managing specific forest resources or infrastructure. The attendance log reflects engagement from both federal and private sectors, indicating collaborative efforts in addressing USDA project requirements and objectives. The context underscores the importance of stakeholder involvement in federal- and state-level RFPs for efficient project execution.
    This government document constitutes an amendment to solicitation number 12445124B0020, issued by USDA-FS CSA East 11 in Atlanta, GA, with modifications due by July 25, 2024. The amendment dictates that offers must acknowledge receipt by specified methods, which is crucial for proper record-keeping and compliance. The primary purpose of this amendment is to integrate the clause 52.223-23, detailing requirements for Sustainable Products and Services, into any resulting contract. The sustainable products include biobased products, materials recovered from waste, and energy- and water-efficient products certified by EPA or USDA. This amendment stresses the importance of procuring these sustainable goods and ensures they meet applicable statutory mandates. Contractors are obliged to deliver or use these products in government projects, emphasizing compliance with standards set forth as of October 2023. Furthermore, resources for guidance on sustainable procurement are identified, directing contractors to review the Green Procurement Compilation for comprehensive requirements. This amendment underscores the government’s commitment to sustainability in procurement practices.
    The document outlines the Request for Proposal (RFP) No. 12445124B0020 for the Spring Lake Dam Pedestrian Walkway Improvements project issued by the USDA Forest Service. This Invitation for Bid aims to secure a firm-fixed price contract focused on replacing the existing concrete walkway, enhancing safety features, and rehabilitating the dam's stone masonry piers in a recreation area near Belleville, Arkansas. The project budget is estimated between $250,000 and $500,000, with a completion deadline of May 30, 2024. Offerors must submit bids electronically by September 18, 2024, adhering to various federal regulations, including the Federal Acquisition Regulations (FAR), and must be registered in the System for Award Management (SAM). Key components include ensuring compliance with safety standards, providing insurance and performance bonds, and considering small business certifications based on the applicable NAICS code (237990). The document includes specific instructions for bid submission, a project timeline, and reporting requirements, emphasizing the importance of acknowledging all amendments. Overall, the RFP reflects the government's effort to improve infrastructure while ensuring compliance with federal contracting guidelines.
    The document serves as a comments matrix for the USDA Forest Service (USDA-FS) regarding the issuance of a Request for Proposal (RFP) related to Walkway project 12445124B0020. It records a series of inquiries from bidders along with responses and resolutions provided by project officials. Key inquiries addressed included the on-site engineering requirements, cleaning methods for mortar joints, load-bearing specifications, and availability of boat ramps. Resolutions indicated that an engineer is not required on-site, specific cleaning solutions aren't mandated, and that various processes, such as repointing and the use of power tools, should follow stipulated guidelines. The document emphasizes the importance of operational plans and compliance with feasibility studies for material submissions. Several inquiries also highlight the need for clear communication around construction processes and environmental considerations, particularly about the integrity and safety of existing structures. This comments matrix facilitates transparent communication between government officials and contractors, ensuring that all bids align with project expectations and requirements, which is essential in the context of federal RFPs and grants.
    The document is a comments matrix related to the USDA Forest Service's RFP for Walkway project 12445124B0020. It compiles bidder inquiries and government responses, addressing project-specific requirements. Key topics include the on-site engineer's presence, workload specifications for piers and edge beams, cleaning methodologies for mortar joints, and project timelines. Notably, the contractor is not required to provide an engineer on-site and can use hand tools for certain tasks. The matrix also clarifies that the entire walkway will be removed, unless otherwise specified, and manages inquiries regarding existing structures and their maintenance. Concerns about insurance coverage are mentioned, with emphasis on the need for contractor discretion in securing necessary insurance, particularly for marine operations. Finally, it notes that a bid bond is required, set at 20% of the bid amount, not exceeding $3 million. This document serves to ensure clarity and resolve uncertainties for bidders, facilitating a smoother contracting process in alignment with federal grant protocols and regulatory compliance for construction projects on federal lands.
    The document outlines the detailed engineering plans for the Spring Lake Dam, identified as job number 226b, under the supervision of the Resettlement Administration’s Division of Land Utilization from February 2, 1937. Key highlights include various elevations, detailed structural elements like the spillway level at elevation 518, and the proposed designs for both foot-bridge construction and sluice gate operations. It features critical measurements and specifications for components such as radius curves and theoretical water flow profiles during maximum flood conditions. The drawings emphasize proper scaling and detail necessary for effective implementation, crucial for ensuring the dam's functionality and safety. This file serves as a foundational framework for potential RFPs or grants related to water management and infrastructure development at federal, state, or local levels.
    The Spring Lake Dam Pedestrian Walkway Feasibility Study, conducted by Kleinfelder for the United States Forest Service, evaluates the condition and necessary repairs for a 15-span pedestrian walkway over Spring Lake Dam in Arkansas. The existing walkway, built around 1937, shows significant structural deficiencies, particularly in its concrete superstructure, which is deemed to be in poor condition. Five alternatives for addressing these deficiencies are presented: No Action, Closure of the Walkway, Superstructure Rehabilitation, Spanning Deck Replacement, and Superstructure Replacement. The recommended approach is the Spanning Deck Replacement, which is cost-effective at an estimated $290,000, restores full load capacity, minimizes impacts on the existing historic structure, and increases longevity. Environmental impacts are expected to be minimal, and necessary construction schedules are outlined, ensuring pedestrian safety during repairs. The study highlights crucial considerations such as cultural resource impacts, utility management, and traffic control measures during construction. Overall, this study guides future actions to ensure the safety and maintain the structural integrity of the walkway.
    The report documents a comprehensive visual inspection of the Spring Lake Dam Pedestrian Walkway, conducted by the Kleinfelder NBIS Bridge Inspection Team on November 18, 2020, on behalf of the United States Forest Service. The 15-span pedestrian bridge, supported by stone and mortar piers on the Spring Lake Dam, was assessed for structural integrity and condition. The inspection revealed that the overall substructure is in fair condition, with minor mortar cracking and staining present. In contrast, the deck and superstructure were deemed in poor condition, exhibiting significant concrete scaling, cracking, and leaks, particularly in spans 10 and 15 where severe deterioration was noted. The pedestrian railing was found to be in good condition despite some surface rust. The findings emphasize the need for repairs to ensure safety and functionality, highlighting concerns over the bridge's integrity due to the noted defects. This inspection will guide future maintenance efforts for the bridge under the management of the USFS, aligning with federal standards for infrastructure safety.
    Similar Opportunities
    White Mountain National Forest, Rob Brook Road Bridge Replacement, FR 35, MP. 0.1
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting bids for the replacement of the Rob Brook Road Bridge located in the White Mountain National Forest, Albany, New Hampshire. The project involves demolishing an existing 28-foot timber bridge and constructing a new 44-foot steel girder bridge, with a completion deadline set for October 31, 2025. This infrastructure improvement is crucial for maintaining safe transportation routes within national forests and reflects the government's commitment to environmental stewardship. Interested contractors must register in the System for Award Management (SAM) and submit their bids by September 10, 2024, with the anticipated contract value ranging between $500,000 and $1,000,000. For further inquiries, potential offerors can contact Brad Higley at bradley.higley@usda.gov.
    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.
    San Juan Bridge Campground Road & Spur Deferred Maintenance (GAOA)
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the San Juan Bridge Campground Road & Spur Deferred Maintenance project located in Pagosa Springs, Colorado. The contractor will be responsible for providing all necessary materials, labor, and equipment to complete road resurfacing and campground maintenance, with a project budget estimated between $100,000 and $250,000. This initiative is part of the Great American Outdoors Act, aimed at enhancing public recreational spaces while ensuring compliance with environmental regulations. Interested small businesses must submit their proposals by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    Blue Lakes Trailhead Reconstruction
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconstruction of the Blue Lakes Trailhead located in the Grand Mesa, Uncompahgre, and Gunnison National Forests in Colorado. The project aims to enhance accessibility and safety by reconditioning the parking area, replacing old restroom facilities with new vault toilets, and implementing erosion and sediment control measures. This initiative is crucial for improving public infrastructure and promoting sustainable outdoor recreation while ensuring compliance with environmental standards. Interested contractors should contact Brenda Simmons at brenda.simmons@usda.gov, with a project budget estimated between $250,000 and $500,000, and a completion timeline of 210 days following the notice to proceed.
    WD Mayo Alignment Structure
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers – Tulsa District is seeking contractors for the design-build replacement of an alignment cell at WD Mayo Lock and Dam 14, located on the Arkansas River in Oklahoma. The project, which is estimated to cost between $5,000,000 and $10,000,000, will utilize Fiber Reinforced Polymer (FRP) materials and aims to enhance the structural integrity of the dam. Interested firms, including small businesses and historically underutilized groups, are encouraged to submit their qualifications, relevant experience, and bonding capabilities by September 30, 2024, with the anticipated solicitation date set for November 2025. For further inquiries, interested parties may contact Kordel Tyler at kordel.m.tyler@usace.army.mil or Shawn Adkins at SHAWN.A.ADKINS@USACE.ARMY.MIL.
    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.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for a project to re-establish the ditch line in the Emergency Spillway at William H. Harsha Lake in Batavia, Ohio. The contractor will be responsible for removing concrete gutters, establishing access roads, and ensuring compliance with all federal, state, and local regulations, with the project expected to be completed within 30 days following the Notice to Proceed. This procurement is crucial for maintaining the integrity and safety of the dam infrastructure, with an estimated contract value between $100,000 and $250,000. Interested parties are encouraged to attend a mandatory site visit on September 9, 2024, at 9:00 AM ET, and should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further details.
    Berry Bend Utility Upgrades
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Berry Bend Utility Upgrades project, which involves replacing and upgrading the electrical service distribution systems at 34 campsites in the Berry Bend Public Use Area located in Benton County, Missouri. The project aims to enhance the electrical infrastructure, including the demolition of existing components, installation of new fixtures, and grading and rock placement at the campsites, ensuring compliance with safety and maintenance standards. This Invitation for Bid (IFB) is estimated to cost between $500,000 and $1,000,000, with a contract award expected to be a Firm-Fixed Price arrangement. Interested contractors must submit sealed bids electronically by 1:00 PM on September 26, 2024, and are encouraged to contact Grant Hibbs at Grant.M.Hibbs@usace.army.mil or Christopher W. Anderson at Christopher.W.Anderson@usace.army.mil for further inquiries.
    CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail project in Death Valley, California. This project involves the reconstruction of a 2,871-foot-long, ADA-accessible raised timber boardwalk trail, along with the removal of debris, reconstruction of a parking lot, and roadway improvements, all necessitated by severe flooding events in August 2022 and 2023. The initiative is crucial for restoring public access to natural resources while adhering to environmental standards, with an estimated project value between $5 million and $10 million. Interested small businesses must submit sealed bids by 2:00 PM on October 3, 2024, and can direct inquiries to Kelly Palmer at cflcontracts@dot.gov.
    Mud Mountain Dam Lower Cascade Creek Water Control Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake the Mud Mountain Dam Lower Cascade Creek Water Control Facility project in Enumclaw, Washington. The objective of this procurement is to replace an outdated water control structure that failed during a flood event in 2009, necessitating the full demolition of the existing system and the construction of a modern facility designed to improve flood management capabilities and operational reliability. This project is critical for enhancing the hydrological management of Lower Cascade Creek, ensuring compliance with environmental standards, and minimizing disruption to existing operations, with an estimated construction cost between $10 million and $25 million. Interested parties should note that the solicitation is expected to be issued on or about October 17, 2024, with a closing date around December 3, 2024, and can contact Jeannette Patton at jeanette.k.patton@usace.army.mil for further inquiries.