Phase 1 4FL Forest Housing Deferred Maintenance
ID: 1240LT24R0063Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 8Ogden, UT, 844012310, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

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

    The United States Department of Agriculture, Forest Service, is soliciting bids for the Phase 1 4FL Forest Housing Deferred Maintenance project located in the Payette National Forest, Idaho. This initiative, designated as a 100% Small Business Set-Aside, involves critical tasks such as installing new utilities, demolishing existing structures, and constructing a new laundry facility at the McCall Administrative site. The project is essential for maintaining infrastructure and enhancing living conditions within the national forest, with a budget estimated between $250,000 and $500,000 and a performance period from September 30, 2024, to October 30, 2025. Interested contractors must submit proposals by September 23, 2024, and can contact Brenda Simmons at brenda.simmons@usda.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service is soliciting bids for the 4FL Forest Housing Deferred Maintenance project, located in the Payette National Forest, Idaho. This construction initiative, set for 100% Small Business Set-Aside, includes various tasks such as site utility installation, building demolition, and the construction of new facilities like a laundry building at the McCall Administrative site. A pre-bid site visit is scheduled for August 27, 2024. The project anticipates a cost between $250,000 and $500,000 with a performance duration from September 30, 2024, to October 30, 2025. Offers should comply with detailed submission requirements, including providing a technical proposal and price proposal. Evaluation criteria will focus on past performance, technical approach, and overall experience. The contract will be awarded based on a Firm Fixed Price agreement, influencing procurement outcomes. This document emphasizes compliance with federal regulations, mandatory insurance coverage, and the necessity for clear communication throughout the bidding process. It demonstrates the government's commitment to engaging small businesses while outlining specific project requirements, ensuring a structured approach to federal contracting.
    This government document pertains to the amendment of a solicitation identified as 1240LT24R0063, issued by the USDA Forest Service (USDA-FS) Intermountain Region. The primary purpose of Amendment 0001 is to extend the closing date for proposals to September 23, 2024, at 5:00 PM EST and to attach a revised Schedule of Items (SOI). Proposals must be submitted electronically by the specified deadline; late submissions will not be accepted. Additionally, the document notes that further information will be provided in a subsequent amendment and outlines the period of performance for the resulting contract, which is from September 30, 2024, to October 30, 2025. The instructions on how to acknowledge receipt of the amendment are also detailed, stressing that acknowledgment is crucial to avoid rejection of offers. Overall, this document reflects standard procedures in federal procurement processes regarding amendments and proposal submissions.
    The document outlines a Schedule of Items for a federal Request for Proposals (RFP) related to construction and maintenance projects at the 4FL Forest Housing. It details various tasks required for deferred maintenance, including construction staking, mobilization, sewer systems, electrical works, and site preparation. Each item lists the unit of measurement, quantity, and corresponding price, indicating a total cost of $0 for all entries, suggesting this is a preliminary estimate or budgetary draft. The document is structured in two pages, with Page 1 focusing on essential groundwork and utility installations, while Page 2 presents optional bid items such as the construction of a laundry building and electrical feed to future bunkhouses. The optional items allow bidders to propose additional work that may be included if desired. Overall, the purpose of the document is to provide a comprehensive outline of necessary tasks for the improvement and maintenance of the housing facilities, facilitating submissions from contractors for the funding or grant applications. This document serves as a guide for potential bidders to understand the scope of work and associated costs, supporting the federal initiative to enhance housing infrastructure.
    The document outlines the McCall Admin Site Utilities and Housing Demolition Project, detailing necessary construction and renovation activities through a series of line items outlining supplies and services required. Key components include construction staking, pipeline installation (both HDPE and PVC), sewer and electrical systems, and site preparation. The total quantity and unit prices of various items indicate the project's scale, with specific emphasis on utility installation and site demolition for future development. Additionally, the project proposes optional bid items related to a laundry building and electrical feeders for future bunkhouses, allowing for prospective contractors to prepare bids accordingly. The structure focuses on clarity in proposed project phases, delineating core and optional tasks to encourage comprehensive bidding and transparency. Overall, the document serves as a formal Request for Proposal (RFP), which is essential for securing funding and contractor assistance, ensuring compliance with government regulations and standards in public works projects.
    The Payette National Forest is initiating a contract for Phase 1 of its Housing Deferred Maintenance project at the McCall Administrative site in Idaho. The project scope involves installing new utilities, demolishing existing buildings, removing trees, and constructing a new laundry facility. Key components include constructing access roads, burying water and sewage lines, and optional demolishing of four bunkhouses. The contractor will be responsible for coordinating logistics, maintaining public safety, and securing utilities during the project. Construction is expected to commence in Fall 2024, with a timeline of 180 calendar days for the base bid and optional work. Additional regulations stipulate environmental protections and the necessity of obtaining approval from the contracting officer for staging and utility considerations. The document outlines specific site limitations, for example, existing facilities must remain operational during construction. This project showcases the federal government's commitment to maintaining infrastructure and ensuring compliance with environmental and safety standards.
    The document outlines the design and planning details for the construction of a family housing laundry building on the Payette National Forest, McCall Area. It includes architectural drawings, foundation plans, floor plans, roof plans, elevations, sections, plumbing, and electrical details. Significant features include a concrete foundation, a metal sheet roof with ice and water shield, and energy-efficient insulation systems. The facility is designed for practicality, featuring an accessible laundry space, non-slip flooring, and a ventilation system for dryers. The document also specifies the installation of utility fixtures and finishes, such as washers and dryers, utility sinks, and wall-mounted light fixtures, and emphasizes compliance with safety regulations and accessibility standards. Additionally, it details electrical installations, including a new switchboard, electricity supply, and backup systems. Ultimately, this project seeks to enhance operational efficiency and living conditions within the national forest by creating essential family housing services while adhering to federal guidelines and safety standards.
    The document outlines specifications for the construction of the McCall Area Family Housing Laundry Building as part of the USDA Forest Service’s McCall Housing Site Utilities and Demo Project. It details general requirements, reference specifications such as the 2021 International Building Codes, measurement and payment procedures, and related work sections necessary for project completion. Key bid items include construction preparation, utility installation, grading, and building demolition while adhering to quality control standards. The project involves thorough coordination with utility companies and ensuring environmental protection through sediment and erosion control measures. The contractor is responsible for aligning activities with project drawings and specifications, providing necessary labor and materials, and ensuring compliance with relevant codes and regulations. Quality assurance procedures include contractor quality control and ongoing monitoring of construction techniques and environmental impacts. Overall, this document serves as a comprehensive guideline for contractors bidding on or performing work for the USDA Forest Service, emphasizing compliance, safety, and quality throughout the project's lifecycle.
    The document presents the General Decision Number ID20240063 for federal construction contracts in Idaho, specifically focusing on heavy construction projects in Valley County. It outlines wage determinations under the Davis-Bacon Act, which mandates minimum wage rates for construction workers based on various executive orders. For contracts awarded on or after January 30, 2022, the minimum wage is set at $17.20 per hour, whereas for those awarded between January 1, 2015 and January 29, 2022, it is $12.90 per hour. The wage determination includes specific rates for various classifications of workers like electricians, operators, ironworkers, and laborers, along with additional benefits such as zone pay and boom pay for crane operations. Moreover, it details requirements for paid sick leave as stipulated under Executive Order 13706, affecting contracts awarded on or after January 1, 2017. The document also explains the appeal process for wage determinations, including avenues for review and re-evaluation by interested parties through the Wage and Hour Division. Overall, this file serves as a guideline for compliance with wage regulations in federal construction projects, ensuring fair compensation and worker protections in the construction industry.
    Lifecycle
    Title
    Type
    Similar Opportunities
    0402 GAOA Critical Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Critical Housing Deferred Maintenance project at the Boise National Forest in Idaho. This project involves the remodeling of two bunkhouses and a showerhouse at the Garden Valley Work Center, with an estimated construction budget ranging from $500,000 to $1,000,000. The initiative is crucial for maintaining federal housing infrastructure and ensuring compliance with health and safety standards, while also promoting sustainable construction practices. Interested small businesses must submit their proposals by September 17, 2024, at 5:00 PM EST, with all submissions directed to Brenda Simmons at brenda.simmons@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.
    Priest Lake Road Maintenance and Heavy Brushing Project
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Priest Lake Road Maintenance and Heavy Brushing Project in Idaho. This procurement involves approximately 18 miles of heavy brushing and 1.2 miles of roadway excavation, aimed at improving road conditions and maintaining drainage features to ensure safe traffic conditions. The project is a total small business set-aside, emphasizing the importance of small business participation in federal contracts, with a performance period from October 1, 2024, to September 30, 2025. Interested contractors should submit their technical and price proposals, demonstrating compliance with federal regulations, to Shawn Trout at shawn.trout@usda.gov by the specified deadline.
    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.
    Teton Canyon Bridge Replacement Construction at Caribou-Targhee National Forest, Idaho
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the replacement of the Teton Canyon Bridge at Caribou-Targhee National Forest in Idaho, with a focus on enhancing infrastructure for recreational access. The project involves the removal of the existing bridge and the construction of a new prefabricated steel bridge, along with necessary site preparation and environmental considerations to restore natural hydrology. This initiative is part of a broader effort to maintain and upgrade essential structures within national forests, ensuring safety and accessibility for users. Proposals are due by 5:00 p.m. Central Time on September 24, 2024, and interested contractors should contact Mary Harding at mary.harding@usda.gov for further details.
    Y--03 - CON - Disaster, Grizzly Flats Guard Station R
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the design and construction of the Grizzly Flats Guard Station Rebuild project, which aims to enhance firefighting capabilities in the Eldorado National Forest. The project includes constructing an engine garage, four barracks, and essential utility infrastructure, with a strong emphasis on sustainable building practices and backup power solutions due to the area's vulnerability to power outages. This initiative is critical for supporting local firefighting operations and improving community safety, with an estimated construction cost exceeding $10 million. Interested small business contractors must submit their proposals by October 30, 2024, and can direct inquiries to Christopher Keck at christopher.keck@usda.gov or call 402-657-3092.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Highway Administration seeks contractors for the Crown Point Trail project in Idaho, involving extensive trail construction and repairs. This small business set-aside project, valued between $700,000 and $2 million, requires expertise in highway construction and will be awarded through a sealed bid process. The upcoming procurement, anticipated in early 2025, aims to enhance a 2.7-mile trail stretch with resurfacing, slope repairs, and new construction, accessible for physical inspection now before snow sets in.
    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 other obstructions along the fence line. 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 set to commence in June 2025 and conclude by September 2025, with a budget magnitude estimated between $100,000 and $250,000. Interested contractors can reach out to Alisha Knaub at alisha.knaub@usda.gov or call 406-438-2981 for further details.
    Tree Trimming & Hazard Tree Removal, Modoc National Forest
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals for tree trimming and hazard tree removal services within the Modoc National Forest, specifically at the Warner Mountain Ranger District and Canby Work Center. The project involves maintenance of approximately 41 trees to enhance safety around administrative sites located in Cedarville, Canby, and Adin, California, requiring contractors to provide materials, labor, and supervision while adhering to industry best practices and safety protocols. This initiative underscores the importance of environmental management and safety within national forest lands, while also promoting participation from small business contractors, as the solicitation is a total small business set-aside. Proposals are due by September 18, 2024, with work expected to be conducted between May 15 and September 30, 2024, and interested parties can contact Margaret Forrest at margaret.forrest@usda.gov or Joshua Kline at joshua.kline@usda.gov for further information.
    ID FLAP IDAHO NF17(1), Mt. Idaho Grade Road Rehabilitation
    Active
    Transportation, Department Of
    The U.S. Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the rehabilitation of the Mt. Idaho Grade Road under project ID FLAP IDAHO NF17(1) located in Grangeville, Idaho. The project encompasses approximately 6 miles of roadway improvements, addressing critical issues such as roadway subgrade instability and inadequate drainage, which have led to surface deterioration. This initiative is vital for enhancing access to local national forests and recreational areas, ensuring compliance with federal construction standards while promoting safety and efficiency in transportation infrastructure. Interested contractors must submit their bids by October 8, 2024, following the guidelines outlined in the solicitation documents, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.