AK PFH 59(3), Snug Harbor Road Gulley Remediation and Erosion Control
ID: 69056725Q000008Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION690567 WESTERN FEDERAL LANDS DIVVANCOUVER, WA, 98661, USA

NAICS

Engineering Services (541330)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)

Set Aside

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

    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Snug Harbor Road Gulley Remediation and Erosion Control project in Cooper Landing, Alaska. The primary objective of this firm-fixed-price contract is to address erosion issues by remediating gullies and repairing existing erosion control measures without the use of construction equipment on the slope. This project is critical for maintaining infrastructure integrity and environmental stewardship, as it aims to prevent further erosion and enhance roadway conditions along Snug Harbor Road. Interested small businesses must submit their quotes electronically by February 16, 2025, and can direct inquiries to WFL Simplified Acquisition at WFL.Purchasing@dot.gov or by phone at 360-619-7738.

    Point(s) of Contact
    WFL Simplified Acquisition
    (360) 619-7738
    WFL.Purchasing@dot.gov
    Files
    Title
    Posted
    The document serves as Amendment No. A0002 for Solicitation No. 69056725Q000008 concerning the Snug Harbor Road Gulley Remediation and Erosion Control project overseen by the Federal Highway Administration. The amendment primarily extends the offer due date from February 11, 2025, to February 16, 2025, outlines revisions to the Statement of Work (SOW), and details associated tasks, such as permitting, erosion control measures, turf establishment, and cleanup procedures. Key tasks under the SOW include obtaining lane closure permits, removing existing erosion control products, placing topsoil, installing erosion control blankets, and establishing turf using a hydraulic method. Requirements for materials like fertilizers and biotic soil amendments are specified, along with guidelines for their application. The document emphasizes compliance with safety standards, contractor responsibilities, deliverables submission timelines, and performance periods. Additionally, it addresses insurance requirements and the inspection process for ensuring material quality. The main objective of the document is to facilitate the execution of erosion control and remediation work while ensuring compliance with federal regulations and standards for environmental protection. This amendment illustrates the government's ongoing commitment to infrastructure integrity and ecological responsibility.
    The U.S. Department of Transportation's Federal Highway Administration (FHWA) has issued a Request for Quotation (RFQ) for the Snug Harbor Road Gulley Remediation and Erosion Control project in Alaska. This project aims to remediate erosion and control gullies formed after previous construction efforts, following significant rainfall that compromised the initial work. The procurement scope includes the provision of various services and supplies, such as topsoil, straw fiber rolls, erosion control blankets, and turf establishment materials. Key procedures outlined in the solicitation include prerequisites for contractor participation, submission of material sources for approval, adherence to a Hazardous Spill Plan, and mandatory traffic control measures during operations. The RFQ emphasizes that it is a Total Small Business Set-Aside, and electronic submissions of quotes are required by the due date of February 11, 2025. The document is structured around solicitation details, including an offering schedule, contract clauses, a statement of work, and reminder notes for bidders. Overall, this solicitation illustrates the government’s commitment to maintaining infrastructure integrity while incorporating environmental safeguards in transportation projects.
    The Quoter Work Experience Form is designed for bidders to detail their past or current contracts relevant to evaluation criteria in federal and state RFPs. The form requires comprehensive information, including company details, contract specifics, and performance descriptions. Quoters must specify if they were the prime contractor and provide relevant financial data such as original and final contract values. The documented experience is limited to five pages per contract, aiming to streamline the evaluation process by focusing on relevant work history. By outlining project responsibilities and outcomes, the form aids decision-makers in assessing the qualifications and capabilities of potential contractors, thus ensuring compliance and successful project execution in government contracting.
    The document is a Past Performance Reference Questionnaire intended for the evaluation of contractors submitting bids for government contracts, in alignment with federal regulations (FAR 2.101 and FAR 3.104). It requires the contractor's reference to provide a rating on several performance criteria, including quality of workmanship, adherence to schedules, cost management, and compliance with laws. The evaluation uses a structured rating system from "Exceptional" to "Unsatisfactory," with specific definitions and justifications required for each rating. Key sections include ratings on technical abilities and effectiveness in managing subcontractors, with a narrative justification necessary to support each evaluation. Additionally, references must indicate their relationship to the contracted services, provide contact information, and recommend the contractor for future requirements. The completion and return instructions emphasize a deadline for submission, essential for the assessment process of the contractor’s past performance, which is a critical factor in securing government contracts. Overall, the document seeks to facilitate a thorough review of contractor performance to ensure high standards in public procurement practices.
    The document outlines the project plans for the Snug Harbor Road Paving and Bike Lane, Phase III, identified as AK PFH 59(3). It includes detailed measurements of erosion survey data, focusing on distances from the ditch and the respective depths of erosion at various points along the roadway. Fill volumes required to address erosion are specified in cubic yards for multiple locations. The project aims to improve roadway and bike lane conditions while addressing erosion issues that threaten infrastructure integrity. The inclusion of measures such as the placement of fiber rolls and fasteners over fill material signifies a comprehensive approach to controlling erosion. The plans demonstrate adherence to safety and environmental regulations, indicating a structured methodology for execution. This document serves as a vital reference in federal and state RFPs, highlighting local infrastructure improvement efforts that align with broader governmental objectives of community safety and environmental stewardship. The detailed data provided is essential for those involved in project execution, including potential contractors and grant reviewers, to ensure informed decision-making and effective project management.
    The document presents an assessment of existing erosion conditions at specific sites, particularly around Station 309+00 and Station 308+00. It details the presence of gulleys caused by erosion, with observations that these features are obscured by grass and exposed erosion control products, which may be contributing to the ongoing erosion issues. Additionally, it highlights the need for the contractor to clean up non-functional erosion control devices that hinder vegetation recovery, particularly noted at Station 306+50. The direction for cleanup will be provided by the Contracting Officer (CO) as other problematic locations within the project limits may also require attention. The report serves as a critical element in the context of environmental management and restoration efforts as part of larger governmental proposals or contracts, ensuring the maintenance and improvement of site conditions while addressing erosion-related concerns effectively.
    The file titled "Attachment 0005-A" contains project plans associated with a construction contract executed by Drennon Construction & Consulting Inc. The project, which commenced on June 21, 2021, was substantially completed by June 9, 2022. Key individuals involved include contractor representative Roy Drennon and the government representative Tara Walter. The document appears to include as-built drawings relevant to the project, although the text is largely obscured by repetitive and unclear information. Despite the confusion, the overall purpose of the file within the context of federal RFPs is to provide necessary documentation regarding the completion of a construction project and to ensure compliance with outlined federal and local standards. This process is crucial for accountability, monitoring, and future reference in government-funded projects, emphasizing the importance of keeping accurate records of project developments and outcomes.
    The document appears to be a fragmented and indecipherable collection of text with unclear content, possibly due to data corruption or formatting issues. Without coherent sentences or structured information, it does not convey any significant topic or central idea related to federal RFPs, grants, or local government initiatives. The scattered words highlight repetitive phrases and unrelated terms, failing to provide actionable insights or details typically expected in a government document. Consequently, this text does not serve as a functional or informative resource for understanding project plans or any governmental procedures. Additionally, without clear themes or points, it cannot be analyzed in the context of government requests for proposals or funding opportunities.
    The document serves as the Wage Determination under the Service Contract Act (SCA) from the U.S. Department of Labor, updating wage rates and fringe benefits for service contracts in specific Alaska boroughs. Effective from January 30, 2022, contractors must pay a minimum wage of $17.20 per hour for contracts renewed or extended after this date, or $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. The file details specific wage rates for various occupations, emphasizing compliance with applicable Executive Orders related to minimum wage and paid sick leave. It includes provisions for fringe benefits, outlining health and welfare rates, paid vacation, and holiday requirements. A conforming process is established for unlisted job classifications, ensuring that those not explicitly detailed in the wage determination are compensated fairly based on comparability to listed positions. The document is essential for contractors engaging in federally funded projects, ensuring adherence to labor standards and promoting fair wages and benefits within the service industry in Alaska.
    The document pertains to Amendment 0001 of the solicitation regarding the AK PFH 59(3) Snug Harbor Road Gulley Remediation and Erosion Control project. It outlines modifications to the Statement of Work (SOW), detailing specific tasks including installation procedures for fiber rolls and erosion control blankets. Key tasks encompass preparing the site for turf establishment, applying various materials such as biotic soil amendments and fertilizers, and ensuring proper installation methods and maintenance of seeded areas. The amendment emphasizes the importance of adhering to industry standards, specifies material requirements, and establishes a timeline for project completion before 07/18/2025. It also outlines insurance requirements, inspection protocols, and necessary certifications for compliance. The overarching goal is to enhance erosion control effectiveness in the area, with detailed guidelines for execution and accountability to maintain project standards. By ensuring a controlled approach and comprehensive oversight, this amendment aims to facilitate the effective management of the excavation and restoration tasks involved in the erosion control project.
    Lifecycle
    Similar Opportunities
    WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for emergency repair projects in the Mt. Baker-Snoqualmie National Forest, specifically identified as WA ERFO FS MTBKR605 2020-1(1) and WA ERFO FS MTBKR605 2022-1(1). The projects involve critical infrastructure improvements, including earthwork, roadside development, wall construction, and drainage systems across multiple sites in Washington, covering a total length of 0.4 miles. This initiative is vital for enhancing safety and accessibility in the region's roadways, with an estimated budget ranging from $700,000 to $2,000,000 and a fixed completion target set for Winter 2025. Interested contractors should contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to stay updated on the solicitation documents expected to be released in Winter 2024/2025.
    GAOA One Duck Trail Reconstruction & Shelter Repairs
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting bids for the reconstruction of the One Duck Trail and associated shelter repairs in the Tongass National Forest, located in Craig, Alaska. The project encompasses various construction activities, including the demolition of existing structures, mobilization, and the construction of aggregate surfaces and boardwalks, with additional options for establishing rest areas and repairing an alpine shelter. This initiative is crucial for maintaining and enhancing public access to natural resources, ensuring compliance with federal regulations, and promoting sustainable practices. The estimated project value ranges from $250,000 to $500,000, with a performance period set from April 2025 to August 2026. Interested contractors should contact Louis R. Wade at louis.wade@usda.gov or 480-744-7589, or Jerry Meeks at jerry.meeks@usda.gov or 469-920-8490 for further details.
    WA ERFO NPS OLYM 2022‐1 (1), OLYMPIC NPS ERFO REPAIRS 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA ERFO NPS OLYM 2022-1 project, which involves road reconstruction and environmental stabilization in Olympic National Park, located 9 miles northeast of Amanda Park, Jefferson County, Washington. The project encompasses a range of activities including bank stabilization, installation of engineered log jams, and erosion control measures, with a focus on enhancing road safety while protecting the surrounding ecosystem. This initiative is part of the Emergency Relief for Federally Owned Roads (ERFO) program, with an estimated budget between $700,000 and $2,000,000 and a tentative completion date set for Winter 2025. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details.
    WA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the improvement and stabilization of Hawk Creek Road in Lincoln County, Washington, under the project titles WA FLAP LINCOL 57860(1) and WA NPS LARO 208(1). The project encompasses a range of construction activities, including earthwork, grading, paving, drainage improvements, and the installation of soil nail retaining walls and guardrails, aimed at enhancing access to the Lake Roosevelt National Recreation Area while ensuring environmental sustainability. With an estimated project cost between $5 and $10 million and a targeted completion date in Summer/Fall 2025, interested bidders are encouraged to contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to monitor the SAM website for solicitation updates.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Mount Rainier ERFO Repairs 2022 project, located approximately 31 miles southeast of Puyallup, Washington. The project involves essential infrastructure repairs including bank stabilization with rip rap revetment, grading, drainage, and paving over a length of 0.18 miles, with an estimated contract value between $700,000 and $2,000,000. This initiative is crucial for maintaining the integrity of roadways within the Mount Rainier National Park and surrounding areas, ensuring compliance with environmental protection standards. Interested vendors should note that this is a total small business set-aside opportunity, with a tentative solicitation date in Winter 2024/2025 and completion expected by Fall 2025; for further inquiries, contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
    FLOATING BREAKWATER REPLACEMENT, BAR POINT HARBOR, KETCHIKAN, ALASKA
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the replacement of two floating breakwaters at Bar Point Harbor in Ketchikan, Alaska. The project involves the demolition of existing breakwaters that have exceeded their lifespan and the installation of new reinforced concrete float-type breakwaters, which will be anchored by chains and concrete blocks. This procurement is critical for maintaining the harbor's protection and ensuring safe navigation, as the breakwaters play a vital role in safeguarding the harbor's entrance channels. Interested contractors, particularly small businesses, should contact Jennifer Gosh at jennifer.gosh@usace.army.mil or George Nasif at george.g.nasif@usace.army.mil for further details, as the project is set aside for small businesses under SBA guidelines.
    WA FLAP PACIFI 12800(2), 67th Place Public Enhancement to Willapa NWR
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the WA FLAP PACIFI 12800(2) project, which focuses on public enhancements at the 67th Place access to the Willapa National Wildlife Refuge in Washington. This project aims to improve roadway infrastructure, including drainage and erosion control, with a total estimated budget ranging from $700,000 to $2,000,000, specifically set aside for small businesses. The enhancements are critical for ensuring safe access and environmental preservation in the area, aligning with federal standards for highway construction. Bidders must submit physical proposals by March 26, 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    ID BOR SRAO 0017(1), Sportsman’s Park Transportation Improvements
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Sportsman’s Park Transportation Improvements project (ID BOR SRAO 0017(1)) located in Aberdeen, Idaho. This project involves significant enhancements to transportation infrastructure, including the construction of highways, roads, and bridges, with a focus on compliance with federal standards and environmental safeguards. The procurement is set aside for small businesses, with an estimated project cost ranging from $700,000 to $2 million, and requires adherence to specific federal regulations, including labor standards and environmental compliance. Interested contractors can reach out to the primary contact, Contracts G. Office, at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details, with bids due by the specified deadline.