US Forest Service, DeSoto NF, MS ASHE and BIG BILOXI WATERLINES REPLACEMENT
ID: 12445124B0019Type: Presolicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF RECREATIONAL BUILDINGS (Z2FB)

Set Aside

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

    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Ashe Nursery and Big Biloxi Waterline Replacement project in Mississippi. This procurement involves the installation of approximately 9,200 feet of HDPE watermain and plumbing for six buildings at the Ashe Seed Extractory, as well as 2,650 feet of watermain at the Big Biloxi Campground, with a total contract value estimated between $250,000 and $500,000. The project is crucial for enhancing water infrastructure in environmentally sensitive areas and is set aside for small businesses under the NAICS code 237110. Bids are due by September 9, 2024, with a mandatory site visit scheduled for August 15, 2024, and all inquiries should be directed to Steven J. Alves at steven.alves@usda.gov or by phone at 859-334-0524.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a site visit for Solicitation 12445124B0019, scheduled for 08/15/2024 at the Ashe Seed Extractory in Brooklyn, MS. Led by Scott Leonard, the discussion focused on key sections of the solicitation, emphasizing that bidders must submit proposals for both work packages by a combined low bid. The project is set for completion by 12/31/2024, contingent upon a notice to proceed by 09/15/2024. The Q&A segment addressed various operational aspects at Ashe Nursery and Big Biloxi sites, outlining responsibilities for permits and confirming the existence of necessary facilities like water meters and plumbing. New constructions, such as a pump house, are also noted. Specific technical queries regarding plumbing methods and directional drilling depth were directed to the design engineer for clarification. Overall, the document serves as an informative briefing for potential bidders, summarizing the project's requirements, site conditions, and operational expectations, and guiding them in preparation for their proposals for federal and state funds.
    The document is a site visit sign-in sheet for the Ashe Nursery/Big Biloxi CG, dated August 15, 2024. It lists attendees from various organizations, including the U.S. Department of Agriculture (USDA) and several construction and engineering companies. Notable attendees include representatives from MCA, GCSolutions, Chief's Construction, and RP Mechanical, among others. The visit is documented as occurring at 10:00 a.m. CT, indicating the collaborative nature of the project and the diverse stakeholders involved. This file is integral to the framework of federal RFPs, grants, and local requests, reflecting the preliminary steps taken toward a potential contract or project development that may involve infrastructure or environmental enhancements linked to the Ashe Nursery location. The presence of both federal (FS) and private entities suggests a partnership approach in addressing the needs outlined in the RFP process. This engagement is essential for competitive bidding and ensuring knowledgeable participation from specialists relevant to the project objectives. Overall, the sign-in sheet serves as a record of interest and involvement in the site visit, crucial for transparency and accountability in federal procurement activities.
    The document is an amendment to a solicitation for federal procurement, specifically amendment 0001 to RFP 12445124B0019, which incorporates the 52.223-23 clause regarding Sustainable Products and Services effective May 2024. The amendment outlines the procedures for acknowledging receipt, specifying that offers must include acknowledgment of the amendment to avoid rejection. It defines key terms such as "biobased product," "recovered material," and "sustainable products and services," which include items meeting certain environmental standards laid out by the EPA and USDA. The amendment mandates that any sustainable products must be delivered and used by the government as specified in the contract, ensuring compliance with environmental guidelines at the time of offer submission. Additionally, the document points contractors to the Green Procurement Compilation as a resource for sustainable products, reinforcing the federal commitment to purchasing environmentally friendly goods.
    The solicitation (No: 12445124B0019) issued by the USDA-Forestry Service seeks bids for the Ashe Nursery and Big Biloxi Waterline Replacement project, with a completion deadline no later than December 31, 2024. The work consists of two distinct packages: the Ashe Seed Extractory involves installing approximately 9,200 feet of HDPE watermain and plumbing for six buildings, while the Big Biloxi Campground requires around 2,650 feet of watermain and related tasks. The estimated contract value ranges between $250,000 and $500,000, with bids due by September 9, 2024. Participants must adhere to specific submission guidelines, including electronic submission of quotes and acknowledgment of any amendments. The project is set aside for small businesses under the relevant NAICS code. Offerors must ensure registration in the System for Award Management (SAM) and comply with various federal acquisition regulations (FAR) regarding performance and payment bonds. Important operational details include a mandatory site visit scheduled for August 15, 2024, and a solid emphasis on safety, quality assurance, and compliance with federal labor standards, including the Davis-Bacon Act. This solicitation reflects the government's commitment to infrastructure enhancement within environmental settings across Mississippi.
    The document serves as a comments matrix for the USDA Forest Service regarding the RFP for the Ashe Nursery and Big Biloxi Waterline Replacement project. It outlines various inquiries from bidders and the corresponding resolutions provided. Key topics include the roles of personnel in supervision and safety, the necessity of specific QA/QC and Safety Plans, tax exemption status, and details related to plumbing and electrical work. For instance, it clarifies that while one superintendent can fulfill multiple roles, they must be present at the worksite, and that contractors are not required to submit separate QA/QC or Safety Plans, provided their construction plans address critical issues. Additionally, existing plumbing plans are unavailable, requiring field verification. The document indicates that contractor clarifications are key to the project's successful execution, ensuring compliance with specified guidelines, and facilitating a clear understanding of contractor expectations and responsibilities. This comments matrix is integral in streamlining contractor engagement and ensuring adherence to project specifications and safety standards outlined in the RFP process.
    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.
    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.
    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.
    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.
    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.
    N--OK-TISHOMINGO NFH-POND LINERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds 4 and 14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further information.
    Falls Waterline
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a waterline repair project at the Falls Lake Tailrace area in Wake Forest, North Carolina. The project involves locating and repairing a leak in a 1.5” PVC water line, installing a 4” pressure reducing valve, and conducting necessary repairs to asphalt and disturbed areas. This procurement is set aside for small businesses under NAICS code 237110, with a size standard of $45 million, emphasizing the government's commitment to engaging small enterprises in infrastructure maintenance. Proposals, including a Price Quote and Technical Proposal, must be submitted electronically by September 23, 2024, to the designated contacts, Benjamin Rickman and Troy Small, at the provided email addresses.
    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.
    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.