CRD Rock Crushing
ID: 1240BF24Q0059Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA NORTHWEST 4Portland, OR, 972042829, USA

NAICS

Construction Sand and Gravel Mining (212321)

PSC

NATURAL RESOURCES/CONSERVATION- SITE PREPARATION (F021)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide rock crushing services for the Craig Ranger District (CRD) within the Tongass National Forest in Alaska. The contractor will be responsible for all labor, supervision, management, tools, materials, and equipment necessary to produce 5,500 cubic yards of crushed aggregate at a government-owned quarry, with the contract period extending from the award date until November 30, 2024. This procurement is critical for fulfilling the government's need for aggregate material, ensuring compliance with industry standards and environmental regulations. Interested contractors must submit their proposals by September 16, 2024, and can direct inquiries to Veronica Lamboy Santana at Veronica.LamboySantana@usda.gov or Raymond Padgett III at raymond.padgett@usda.gov.

    Point(s) of Contact
    Veronica Lamboy Santana
    Veronica.LamboySantana@usda.gov
    Raymond Padgett III
    raymond.padgett@usda.gov
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation for Request for Quotations (RFQ) related to providing rock crushing services at the Craig Ranger District, Tongass National Forest, Alaska, under solicitation number 1240BF24Q0059. It establishes a Firm Fixed Price service contract as part of a Total Small Business Set-Aside initiative, specifically targeting small business participants in accordance with FAR regulations. Key requirements include the provision of labor, supervision, management, and necessary materials for rock crushing and aggregate piling at a government-owned quarry, with performance expected from the award date until November 30, 2024. Offerors are instructed to demonstrate technical capability, past performance, and pricing, addressing specific criteria such as service plans, work schedules, and equipment lists. Offers must be submitted electronically by September 11, 2024, with no site visit scheduled, thus emphasizing the need for independent research by bidders. The evaluation will weigh technical capability, past performance, and pricing, with a focus on relevant experience akin to the project's demands, particularly in remote, cool climates like Southeast Alaska. The contracting officers oversee communications, ensuring compliance with a range of Federal Acquisition Regulation clauses and requirements aimed at promoting fairness and effectiveness in the procurement process.
    The document is a Combined Synopsis/Solicitation (Amendment 00002) for rock crushing services under solicitation number 1240BF24Q0059, seeking to establish a firm fixed price service contract for the Craig Ranger District in the Tongass National Forest, Alaska. It outlines that the procurement is a Total Small Business Set-Aside, with eligibility limited to small business concerns, classified under NAICS code 212321 (Construction Sand and Gravel Mining), with a size standard of 500 employees. The contractor is responsible for providing all necessary labor, supervision, materials, and equipment for rock crushing and aggregate piling, with performance required by November 30, 2024. Offers must include a service plan, work schedule, equipment list, and proven past performance spanning the last three years. The award will be made based on a combined evaluation of technical capability, past performance, and price. The submission deadline for offers is September 11, 2024. This solicitation underscores the government's commitment to fostering small business participation while ensuring that suppliers can meet specific technical and performance standards in delivering infrastructure services critical for natural resource management. The document articulates submission procedures and evaluation criteria, providing a clear framework for compliance and project execution.
    The document details Solicitation Number 1240BF24Q0059, a combined synopsis/solicitation for rock crushing services for the Craig Ranger District (CRD) within Tongass National Forest in Alaska. This solicitation is designed for small businesses and aims to establish a Firm Fixed Price service contract, with a performance period from the award date until November 30, 2024. Interested contractors must submit offers by September 16, 2024, and include technical capability, past performance information, and pricing in their proposals. Key evaluation criteria consist of Technical Capability (including service plan, work schedule, equipment list, and compliance with performance periods), Past Performance (evaluation of relevant and recent work history), and Price. The process prioritizes complete and competitive pricing to determine reasonableness. Additional administrative requirements include keeping entity registrations up-to-date and being aware of compliance with various Federal Acquisition Regulation (FAR) clauses. The solicitation's structure includes detailed instructions on submission, evaluation factors, and contact information for clarification. This process underscores the government’s commitment to acquiring necessary services while fostering small business engagement.
    This document is a combined synopsis and solicitation (RFP No. 1240BF24Q0059) for rock crushing services at the Craig Ranger District in the Tongass National Forest, Alaska. The procurement seeks a Firm Fixed Price contract exclusively from small businesses, as indicated by the Total Small Business Set-Aside. The project will involve all necessary labor, tools, and materials for rock crushing and aggregate piling at a government-operated quarry. The performance period extends from the date of award to November 30, 2024. Offerors are required to provide detailed submissions including a service plan, work schedule, equipment list, and statements regarding their past performance relating to similar projects. Evaluations of offers will focus on technical capability, past performance, and price. All submissions must adhere to set deadlines, and questions may be submitted via specified emails. The solicitation emphasizes compliance with various clauses from federal acquisition regulations, reinforcing the government's commitment to fair procurement practices while ensuring safety and efficiency in operations. The outcome reflects the government’s intent to engage responsible contractors capable of delivering required services.
    The Performance Work Statement (PWS) outlines a non-personal services contract for rock crushing services at the Craig Ranger District (CRD) within the Tongass National Forest. The contract aims to provide crushed aggregate essential for future projects on Prince of Wales Island, Alaska. Services include labor, management, tools, and compliance with federal, state, and local laws. The contractor is responsible for mobilization, using government-furnished borrows, and producing 5,500 cubic yards of crushed aggregate per specifications. Performance is expected within a Firm-Fixed Price contract awarded till November 30, 2024. Key personnel include a Contract Manager and a Quality Control Representative ensuring adherence to a Quality Control Plan (QCP) approved by the Government. Critical performance metrics are established, with acceptable performance defined as fulfilling 90% of contract requirements. Invoices must be submitted via the Invoice Processing Platform. All workers must identify themselves to avoid public confusion about their government association, and contractors must maintain safety protocols while conducting operations. Overall, this document reflects the government's structured approach to contracting essential services, emphasizing quality, compliance, and clear communication between contracting officers and service providers.
    The Performance Work Statement (PWS) for CRD Rock Crushing outlines a non-personal service contract for providing rock crushing services to the Craig Ranger District in the Tongass National Forest, Alaska. The primary purpose is to supply crushed aggregate for future projects on Prince of Wales Island. The contractor must provide all necessary labor, supervision, and equipment while adhering to applicable laws and regulations. The services include mobilization to the work site, rock crushing, and aggregate piling, producing 5,500 cubic yards of crushed material per specifications. The contract type is Firm-Fixed Price, with a performance period running until November 30, 2024, and regular government working hours of Monday to Friday. Key personnel include a Contract Manager and a Quality Control Representative from the contractor, while the government provides a Contracting Officer and a representative for oversight. The contractor is required to submit several deliverables, including a work schedule and a Quality Control Plan, within ten business days post-award. Performance will be assessed based on established standards, with acceptable levels being 90% service completion. This PWS underscores the government's effort to secure contractor compliance with quality assurance and safety standards in its operations.
    The Performance Work Statement (PWS) outlines a non-personal services contract for rock crushing services to be provided by a contractor to the Craig Ranger District (CRD) of the Tongass National Forest, focusing on producing crushed aggregate for future projects on Prince of Wales Island, Alaska. The contract, effective until November 30, 2024, stipulates that the contractor must furnish all necessary labor, materials, and equipment while complying with applicable laws. Key personnel roles, including a Contract Manager and Quality Control Representative, are defined to ensure accountability and quality throughout the contract's duration. Services required include mobilizing to the government quarry, producing specific aggregates per federal specifications, and submitting essential documentation, such as a work schedule and Quality Control Plan, within ten business days after award. The contractor is expected to maintain safety standards and is responsible for managing its workforce and equipment, including ensuring no invasive species are introduced onto the site. Performance will be evaluated against specified metrics, with penalties for underperformance. This document underscores the government's commitment to detailed contract management and environmental compliance in federal grants and requests for proposals (RFPs).
    The Performance Work Statement (PWS) for CRD Rock Crushing outlines a non-personal services contract aimed at providing rock crushing services for the Craig Ranger District (CRD) in Tongass National Forest, Alaska. The contract scope includes all necessary labor, equipment, and materials to produce 5,500 cubic yards of crushed aggregate on Prince of Wales Island. The duration of the contract extends from the award date until November 30, 2024, and operates under a Firm-Fixed Price structure. Key tasks include mobilization, rock crushing, and aggregate piling, adhering to specific industry standards and environmental regulations. The contractor is required to furnish a work schedule, quality control plan, and compliance with safety measures. Government representatives will oversee contract adherence through regular inspections. All invoicing must occur via an online platform, and contractors must ensure all personnel and equipment comply with identified safety protocols. The document emphasizes that acceptable performance is critical, with a standard of at least 90% of contract requirements needing to be satisfied for the contractor to remain in good standing. This contract effectively fulfills the government’s need for aggregate material while establishing clear expectations for service delivery and oversight.
    The document outlines a request for proposals (RFP) for rock crushing services under the project number 1240BF24Q0059. It specifies a mobilization task and rock crushing with an estimated quantity of 5,500 cubic yards. Bidders are instructed to fill out designated cells relating to unit pricing and total costs while maintaining the integrity of the provided formulas. The document clarifies that the listed quantities are estimates and subject to change, with the government retaining the authority to modify items and quantities as needed. Adjustments in pricing for these modifications will reflect rates established in the proposal. The overall timeframe indicates a base period beginning from the award date until November 30, 2024, signaling the government's effort to secure rock crushing services as part of a broader infrastructure or construction initiative. This RFP is indicative of standard government procurement practices meant to ensure fair competition and compliance with federal guidelines.
    The document outlines the wage determinations under the Service Contract Act, specifically for contracts subject to Executive Orders 14026 and 13658, which establish minimum wage rates for federal contractors. It specifies that contracts entered into or renewed after January 30, 2022, must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay a minimum of $12.90 per hour. Wage rates for various occupations in Alaska are provided, listing jobs such as Administrative Support, Automotive Services, and Health Occupations, alongside corresponding hourly rates. The document also highlights employee benefits, including health and welfare compensation, vacation time, and holiday pay. Further, it discusses compliance requirements under Executive Order 13706 for paid sick leave, detailing the conformance process for unlisted job classifications and ensuring proper classification and wage rates for workers. This summary serves as a guide for federal contractors to adhere to labor standards in their contracts, ensuring fair compensation and benefits for covered employees while promoting compliance within government procurement processes.
    The provided document outlines specific geographic information related to a location described as "Pit Location" near the Twelvemile Cabin, referenced by the map pin code "NFSR 2120000." The document features a visual indicating the relative position of the pit, approximately 800 feet north of the cabin, as depicted in aerial imagery from Maxar Technologies. The central purpose appears to be providing navigational details for potential federal or state project considerations or proposals associated with the surrounding area. This type of information is commonly included in government Requests for Proposals (RFPs) or grant applications, where precise location mapping plays a crucial role in planning, environmental assessments, and achieving compliance with regulations. Essential details include the exact distance and cardinal direction, which can significantly impact project logistics and execution.
    The Motor Vehicle Use Map (MVUM) serves to delineate designated roads, trails, and areas for motor vehicle use within the Craig and Thorne Bay Ranger Districts of the Tongass National Forest, adhering to 36 CFR 212.51 regulations. It categorizes routes for highway legal vehicles, all vehicles, and vehicles less than 50 inches wide, along with seasonal restrictions. Users are responsible for obtaining the most current MVUM and must comply with designated uses and all local, state, and federal regulations. The document emphasizes safety, warning users that designated routes may not always be maintained or safe due to natural conditions. Prohibitive measures against unauthorized vehicle use are outlined, enforcing compliance with a potential fine or imprisonment for violations. Essential contact information for emergency services and ranger district offices is included, alongside a reminder for respect towards private land. The MVUM thus provides critical guidance for safe and responsible vehicle operation within the forest, ensuring compliance with regulations while promoting environmental stewardship.
    The document addresses solicitation number 1240BF24Q0059 for CRD Rock Crushing, issued by the Forest Service. It compiles questions from potential offerors about the project, with responses provided by the Forest Service Requiring Agency. Key points include: there are no available images of the rock material; the access road can support semi-truck loads depending on moisture, and a load-rated bridge must be crossed; the rock at the quarry is already shot, meaning no additional drilling or blasting is required; and the contractor needs to produce an estimated 5,500 cubic yards of crushed rock without further stockpiling. Overall, this document serves to clarify logistical and technical aspects of the rock crushing project, ensuring that prospective contractors have essential information for their bids. It highlights the emphasis on preparedness and compliance with operational constraints relevant to large-scale material transport and processing.
    The solicitation number 1240BF24Q0059 pertains to a CRD rock crushing contract managed by the U.S. Forest Service. This document compiles responses to questions from potential offerors regarding project specifics, such as site conditions, material availability, and contract requirements. Key points include the confirmation that the contractor will be using pre-shot rock without the need for drilling or blasting, and the contractor is expected to produce 5,500 cubic yards of crushed aggregate. Access road conditions are described as suitable for semi-trucks under specific weight limits, but offerors must be aware of a bridge load rating limitation. Notably, bonding is not required for this project, which is classified as a service, and there are no restrictions on subcontracting. Additionally, the government does not provide insurance; it is the contractor's responsibility. The document emphasizes the importance of understanding material specifications and clarifications regarding maximum particle sizes for the crushed aggregate to ensure compliance with project standards. Overall, this summary provides essential insights into the rock crushing project's operational aspects and expectations for contractors.
    Lifecycle
    Title
    Type
    CRD Rock Crushing
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    CRD Road Maintenance
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide road maintenance services for the Cordova Ranger District (CRD) within the Chugach National Forest in Alaska. The contractor will be responsible for all labor, supervision, management, tools, materials, and equipment necessary to maintain the CRD road system, ensuring safe access to national forest lands. This procurement is crucial for maintaining infrastructure in a vital ecological area, with a contract period extending from the date of award until November 30, 2024. Interested parties must submit their proposals electronically by September 18, 2024, and can direct inquiries to Veronica Lamboy Santana at Veronica.LamboySantana@usda.gov or Raymond Padgett III at raymond.padgett@usda.gov.
    SRD-GRD Road Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide road maintenance services for the Seward Ranger District (SRD) and Glacier Ranger District (GRD) within the Chugach National Forest in Alaska. The contractor will be responsible for all labor, supervision, materials, and equipment necessary to maintain the road systems, ensuring safe access to national forest lands through systematic maintenance activities such as grading, compaction, and spot surfacing. This procurement is crucial for maintaining infrastructure that supports recreational access and ecological stewardship in the region. Interested bidders must submit their quotations electronically by September 16, 2024, and can contact Veronica Lamboy Santana or Raymond Padgett III for further information.
    CARIBOU-TARGHEE NATIONAL FOREST - Stoddard Creek Campground Gravel
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the delivery of 1,000 yards of ¾ Road Base gravel to the Stoddard Creek Campground located in the Caribou-Targhee National Forest, Dubois Ranger District, Idaho. The project requires that bidders provide proof of specifications for the gravel to ensure compliance with project requirements, and it explicitly states that belly dump or side dump trailers cannot be used for the delivery. This procurement is part of broader federal initiatives aimed at enhancing recreational spaces and improving visitor amenities within public lands, thereby promoting outdoor activities and tourism. Interested contractors should contact Robyn Akins at Robyn.Akins@usda.gov or Curtis Neppl at curtis.neppl@usda.gov for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    FY24 Grave Creek Road Maintenance
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide road maintenance services for approximately 36 miles of roads within the Kootenai National Forest as part of the FY24 Grave Creek Road Maintenance project. The procurement involves a range of tasks including grading, shaping, roller compaction, heavy brushing, and ditch reconditioning, all aimed at ensuring safe and accessible roadways while adhering to environmental standards. This contract, scheduled for performance from October 1, 2024, to September 30, 2025, emphasizes the importance of maintaining infrastructure within national forest lands and requires contractors to submit comprehensive technical proposals that include equipment and timelines. Interested parties can contact Shawn Trout at shawn.trout@usda.gov or by phone at 802-613-7644 for further details.
    Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. Contractors are required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to spreading, with the work to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, emphasizing the government's commitment to environmental stewardship. Interested contractors must submit their proposals by October 11, 2024, with the project budget set at under $25,000; for further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
    Naha Trail Phase 2 Restoration
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Naha Trail Phase 2 Reconstruction project located in the Tongass National Forest near Ketchikan, Alaska. This project aims to enhance recreational access by reconstructing trail infrastructure, including the installation of boardwalks, bridges, and aggregate surfacing, while adhering to strict environmental guidelines and safety measures. The anticipated budget for this federal contract ranges from $500,000 to $1,000,000, with a total small business set-aside designation. Interested contractors must submit their proposals by the specified deadlines, including a 20% bid bond, and can direct inquiries to Mai Moua at mai.moua@usda.gov. The cut-off for pre-bid questions is September 3, 2024, by 5:00 PM AKDT.
    56--FY24 VAFO trail work materials
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the procurement of trail materials necessary for the repair and maintenance of trails at Valley Forge National Historical Park. The project specifically requires over 2,000 tons of various sizes of stone, stone dust, and mixed boulders, with strict specifications regarding color and delivery timelines. This procurement is vital for preserving the park's historical significance and ensuring the safety and accessibility of its trails, with the contract period set from September 25 to November 24, 2024. Interested small businesses must submit their firm fixed price quotes by September 18, 2024, and can direct inquiries to Joshua Kirleis at JoshKirleis@nps.gov or by phone at 610-783-1045.
    SNF Whiteface Campground Mastication RFQ
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service's Superior National Forest, is soliciting quotations for mastication services at the Whiteface Campground located in Aurora, Minnesota. The project aims to manage forest vegetation through the ecological method of mastication, which involves grinding vegetation to enhance aesthetics, improve visitor safety, and mitigate wildfire risks associated with balsam fir proliferation. This initiative is crucial for maintaining the campground's recreational areas while ensuring public safety and ecological health. Interested small businesses must submit complete technical and price proposals by the specified deadlines, with the performance period set from October 1, 2024, to April 30, 2025. For further inquiries, potential contractors can contact Jason King at jason.king2@usda.gov or call 208-207-4189.
    Geotechnical Services
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for Geotechnical Services through a total small business set-aside contract. This procurement aims to establish indefinite quantity indefinite delivery (IDIQ) contracts for geotechnical engineering services across multiple states, including North Dakota, South Dakota, Montana, and Northern Idaho, emphasizing the importance of infrastructure integrity. Qualified firms must possess Registered Professional Engineers licensed in the relevant states and laboratory accreditation for materials testing, with a contract value ranging from a minimum of $3,500 to a cumulative limit of $5 million over five years. Interested parties should submit their qualification statements by September 18, 2024, and can contact Traci Jackson at traci.jackson@usda.gov for further information.
    Landscaping Services at Base Astoria and Tongue Point
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide landscaping services at Base Astoria and Tongue Point in Oregon. The procurement requires contractors to supply all necessary personnel, equipment, and materials to perform tasks such as mowing, edging, and maintaining the appearance of grassy areas on a bi-weekly basis from mid-February to mid-November, with an average of 27 visits annually. This contract is vital for maintaining the aesthetic and operational standards of the Coast Guard facilities, ensuring a well-kept environment. Interested small businesses must submit their quotes by 2:00 PM (PDT) on September 16, 2024, to Thomas Gresham at Thomas.J.Gresham@uscg.mil, referencing solicitation RFQ number 70Z03324QBASEA128.