Intent to Sole Source for Mark Twain NF Wild Boar Hollow Boat Dock Replacement
ID: 12444524Q0107Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 6Atlanta, GA, 303092449, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

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

    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for the replacement of the Wild Boar Hollow boat dock in the Mark Twain National Forest, located in Potosi, Missouri. The project entails detaching and removing the existing dock, followed by the installation of a new 12'x24' ADA-compliant floating dock, which must meet specific safety and environmental standards. This initiative is crucial for enhancing recreational facilities within the national forest, ensuring accessibility for all visitors. Interested contractors should contact Rashad Qaasim at rashad.qaasimii@usda.gov, with the performance period set from August 15, 2024, to August 14, 2025, and a completion deadline for the dock installation by December 31, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document OM-RFQ: 12444524Q0107 outlines a federal request for quotes (RFQ) for the construction and installation of a floating boat dock at the Council Bluff Recreation Area in Iron County, Missouri, specifically focusing on ADA accessibility. The project involves dismantling an existing dock and installing a new 12’x24’ courtesy dock connected to existing infrastructure. The work period spans from August 15, 2024, to August 14, 2025. The document provides detailed information on contracting regulations, reference clauses, payment guidelines for contractors (with a focus on invoice submission), and various contractual obligations. It emphasizes constraints on contracting and implementation of specific federal regulations applicable to commercial products and services. The document also describes the structure of the solicitation, including attachments for scope of work, schedule, and wage determinations. Overall, this RFQ facilitates the enhancement of recreational facilities in a national forest by ensuring compliance with regulations that protect workers, promote small businesses, and adhere to standards for fairness and accessibility, while also detailing financial and procedural stipulations relevant to contractors.
    The Mark Twain National Forest is soliciting bids for the replacement of the Wild Boar Hollow boat dock in the Potosi-Fredericktown Ranger District. The primary components of this project include a 12' x 24' Americans with Disabilities Act (ADA) compliant floating dock with a galvanized channel iron frame, encapsulated flotation, vinyl decking, handrails, corner grab bars, and eight cleats. The contractor will also be responsible for delivering and installing the new dock, as well as hauling off the burned dock currently in place. Bidders are instructed to deduct any salvage or trade-in value associated with the current burned dock from the total bid for the new installation. This Request for Proposal (RFP) outlines essential specifications and requirements for companies interested in participating in the procurement process, aiming to ensure that the new dock meets safety and accessibility standards.
    The Mark Twain National Forest has initiated a project for the replacement of the Wild Boar Hollow boat dock in Iron County, Missouri. The scope involves detaching the existing dock, removing it, and installing a new ADA-accessible floating dock measuring 12'x24', along with an ADA-compliant ramp. The project, set to be completed within 90 days of contract award, mandates compliance with all safety and environmental regulations. Contractors are required to submit technical proposals including layout and detail drawings prior to construction. Key components include a concrete shore column for anchorage and high-quality materials designed to withstand specified loads and weather conditions. The contractor must also ensure a clean worksite and provide a one-year warranty on the construction. This RFP emphasizes environmental considerations and requires that all materials and design meet established specifications and standards, underscoring the U.S. Forest Service's commitment to maintaining accessible public recreation facilities.
    The document outlines wage determinations under the Service Contract Act for federal contracts in specified counties of Missouri, detailing minimum wage rates and fringe benefits for various occupations. For contracts starting or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, while for contracts awarded between January 1, 2015, and January 29, 2022, a minimum of $12.90 applies. The wage rates vary by occupation, with detailed listings for administrative, service, and technical roles among others, and specify contributions for health and welfare benefits, vacation, and paid holidays. Notably, this determination also addresses compliance methods for contractors regarding sick leave under Executive Order 13706. The document serves as an important resource for contractors in understanding wage obligations and worker protections applicable to federal contracts, thereby aligning with regulations on federal funding and grants linked to the Service Contract Act.
    This government document outlines a Request for Proposal (RFP) issued by the USDA Forest Service for the replacement of the Council Bluff Wild Boar Boat Dock in the Mark Twain National Forest. The contract stipulates delivery to occur by December 31, 2024, with a performance period from September 23, 2024, to the delivery date. The solicitation identifies the North American Industry Classification Standard (NAICS) code and suggests eligibility preference for small businesses, particularly those that are service-disabled veteran-owned, HUBZone, or economically disadvantaged women-owned. The document includes essential administrative details, such as payment terms, contact information for the authorized government representative, and guidelines for the offer submission process. It emphasizes compliance with federal acquisition regulations and provides specifics regarding the maintenance and repair services required for boating infrastructure. This RFP signifies the federal government's commitment to maintaining recreational facilities in natural areas and encouraging small business participation in federal contracts.
    Lifecycle
    Similar Opportunities
    Albert Pike Loop B, SST Relocation
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the relocation of a vault toilet from the Shirley Creek Recreation Area to the Albert Pike Recreation Area in Arkansas. The project entails the removal of the existing structure, site restoration including backfilling and grading, and the optional construction of an ADA-compliant concrete sidewalk connecting the toilet to the loop driveway. This initiative is part of the government's commitment to enhancing recreational facilities and ensuring accessibility for all users. Proposals must be submitted by September 20, 2024, at 5:00 PM EDT to the contracting officer, Charles Cotton, and the project is expected to commence shortly thereafter, with a performance period extending until January 23, 2025.
    Lumber and Dock parts for Sandy Lake Recreation Area
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the supply and delivery of lumber and dock parts for the Sandy Lake Recreation Area in McGregor, Minnesota. The procurement includes a variety of materials such as foam-filled plastic floats, galvanized connectors, lumber, screws, and bolts, with specific sizes and quantities outlined in the solicitation. This initiative is crucial for enhancing recreational facilities and is designated as a total small business set-aside, promoting participation from small businesses in compliance with Federal Acquisition Regulation (FAR) requirements. Interested vendors must submit their offers electronically by 12:00 PM on September 19, 2024, with delivery of the materials required by October 30, 2024. For further inquiries, contact Theodore Hecht at theodore.r.hecht@usace.army.mil or Kenneth J. Eshom at kenneth.j.eshom@usace.army.mil.
    Z--FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with proposals expected to be submitted by the specified deadlines, and the estimated construction cost exceeding $10 million.
    Missouri River Navigation Obstruction Removal #2
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Kansas City District, is soliciting bids for the removal of navigation obstructions on the Missouri River, specifically targeting underwater bedrock at various locations including Mullanphy Bend and Weldon Springs. The project entails dismantling, demolition, removal, and disposal of these obstructions, requiring mobilization to the obstruction areas with floating plant equipment, as land access is unavailable. This initiative is crucial for maintaining navigability on the river and ensuring compliance with state and federal Clean Water Act guidelines. The contract is a 100% Total Small Business Set-Aside, with a firm-fixed-price award anticipated between $5 million and $10 million. Interested contractors can reach out to Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil for further details.
    Raw Water Piping System Replacement, Table Rock Powerhouse
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the Raw Water Piping System at the Table Rock Powerhouse located in Branson, Missouri. This project, which falls under the NAICS code 237110 for Water and Sewer Line and Related Structures Construction, aims to enhance the infrastructure within the White River Basin and is estimated to have a construction magnitude between $5 million and $10 million. The successful contractor will play a crucial role in maintaining the operational integrity of hydro facilities, which are vital for water management and energy production. Proposals are due by September 20, 2024, at 12:00 PM CDT, and interested parties can reach out to Sarah Hagood at 501-340-1277 or via email at sarah.n.hagood@usace.army.mil for further inquiries. A site visit is scheduled for August 7, 2024, at 9:00 AM CDT, and bidders are encouraged to utilize the ProjNet Inquiry Key IRW386-H53JBF for any questions during the submission period from July 24 to August 15, 2024.
    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.
    REQUEST FOR EXPRESSIONS OF INTEREST FOR AN HISTORIC PROPERTY AVAILABLE WITHIN OZARK NATIONAL SCENIC RIVERWAYS.
    Active
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking expressions of interest for the adaptive reuse of the historic Big Spring Lodge and associated structures in Ozark National Scenic Riverways, Missouri. The service seeks innovative ideas for the lodge's transformation while preserving its historical significance. Potential uses could include lodging, conference facilities, special event spaces, and F&B operations. Interested parties can download the RFEI for more details and should contact Eric Nikkel to receive future updates. A site visit is scheduled for August 28, 2024, and questions must be submitted by September 6, 2024. Is there anything else I can help you with regarding this opportunity?
    Jon Boat, Motor, and Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the acquisition of a Jon Boat, Motor, and Trailer for the Eau Galle Project in Spring Valley, Wisconsin. The procurement requires a newly manufactured aluminum flat-bottom Jon Boat measuring between 16-18 feet, equipped with a 60 HP outboard motor, marine battery, and automatic bilge pump, adhering to stringent technical specifications and federal regulations. This acquisition is crucial for supporting operational needs while promoting participation from small businesses, including service-disabled veteran-owned and economically disadvantaged firms. Proposals are due by September 19, 2024, at noon local time, and interested parties can contact Theodore Hecht at theodore.r.hecht@usace.army.mil or Kenneth J. Eshom at kenneth.j.eshom@usace.army.mil for further information.
    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.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and debris to facilitate construction. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is estimated to be valued between $100,000 and $250,000, with a performance period expected to commence in June 2025 and conclude by September 2025. Interested contractors can direct inquiries to Alisha Knaub at alisha.knaub@usda.gov or by phone at 406-438-2981.