San Francisquito Fire Station & Barracks Construction
ID: 12970224R0036Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC SWWashington, DC, 20250, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER RESIDENTIAL BUILDINGS (Y1FZ)

Set Aside

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

    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the construction of the San Francisquito Fire Station and Barracks in the Angeles National Forest, California. This project involves building a new fire station of approximately 7,000 square feet and a barracks of about 3,500 square feet to enhance wildfire response capabilities, replacing two existing fire stations that are currently inadequate. The anticipated contract value exceeds $10 million, with a performance period extending from September 30, 2024, to May 8, 2026. Interested contractors must submit proposals by September 13, 2024, and can direct inquiries to Klenise Wallace at klenise.wallace@usda.gov.

    Point(s) of Contact
    WALLACE, KLENISE S
    klenise.wallace@usda.gov
    Files
    Title
    Posted
    The USDA Forest Service is soliciting bids for the construction of the San Francisquito Fire Station and Barracks in the Angeles National Forest, California. This project involves building a new fire station and potentially a barracks to replace two existing, inadequate fire stations, enhancing the agency’s capacity to respond to wildfires effectively. The solicitation details requirements for construction, including a performance period of September 16, 2024, to April 24, 2026, with a total anticipated contract price exceeding $10 million. The contractor must comply with various federal regulations, including biobased product procurement and labor wage determinations. Pre-proposal site visits are scheduled for July 23-24, 2024, and proposals are due by August 23, 2024. The project emphasizes safety, environmental conservation, and coordination with local utility services, underlining the importance of sustainable practices in construction. Final performance and compliance reports will be monitored through the Contractor Performance Assessment Reporting System (CPARS), ensuring accountability in delivering contracted services. This initiative represents a significant investment in fire safety infrastructure to mitigate risks associated with wildland fires, underscoring the USDA's commitment to environmental stewardship and public safety.
    The document provides a wage determination for various construction projects in Los Angeles County, California, under the General Decision Number CA20240022, which supersedes CA20230022. It outlines minimum wage requirements applicable to contracts covered by the Davis-Bacon Act and related Executive Orders. Workers covered under Executive Order 14026 must be paid at least $17.20 per hour starting January 30, 2022, while those under Executive Order 13658 will receive a minimum of $12.90 per hour for certain contracts. The determination includes detailed wage rates for various skilled labor categories, such as electricians, carpenters, and laborers, specifying hourly wages and fringe benefits. Furthermore, it differentiates rates based on project type and geographic location, with additional requirements for hazardous work and military base projects. The document emphasizes compliance with applicable laws and worker protections, underscoring the government's commitment to fair labor practices in public construction projects. This information is vital for contractors and workers involved in federal and state construction efforts, ensuring legal and regulatory adherence.
    The document is a Statement and Acknowledgment form used for federal contracts involving subcontractors. It serves to confirm the details of a subcontract awarded under a prime contract, including essential information such as contract numbers, dates awarded, names and addresses of both prime contractors and subcontractors, and pertinent project details. It highlights the inclusion of vital clauses related to labor standards and compliance requirements that are mandated by federal regulations. The form is structured in two parts: Part I focuses on the prime contractor's statements and information regarding the subcontract, while Part II emphasizes the subcontractor's acknowledgment of the contract clauses. The document aligns with federal guidelines, specifically the Paperwork Reduction Act, and outlines the administrative requirements for reporting and compliance. By ensuring that subcontractors are aware of the obligations contained in the prime contract, this form aims to maintain standards of labor and safety, ultimately fostering accountability within federal contracting processes. The completion of this form is essential for compliance with various labor laws and regulations governing federal contracts.
    The document serves as a formal designation of representatives for the construction project of the San Francisquito Fire Station & Barracks, under solicitation number 12970224R0036, and managed by the Angeles National Forest. It outlines the assigned personnel, including the Contractor Representative, Project Foreman, Project Manager, and Inspector, specifying roles and contact details. The document delegates authority to the Contractor Representative, allowing them to take actions such as acknowledging project notices, signing progress payment estimates, contract modifications, and executing settlement agreements. The designated roles are crucial for efficiently managing the contract's execution and ensuring compliance with required regulations. This entry encapsulates essential operational responsibilities and the chain of communication for this government-contracted project.
    The document outlines the requirements for the construction of the San Francisquito Fire Station and Barracks in the Angeles National Forest, emphasizing the necessity to utilize biobased products in accordance with the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005. The solicitation mandates that biobased products, defined by categories from the United States Department of Agriculture, must be used if they are reasonably available, meet performance standards, and are cost-effective. Contractors must declare their intention regarding the use of biobased materials, either certifying their commitment to use such products or justifying the need for non-designated items. Additionally, contractors must list biobased and environmentally preferable products that will be incorporated into the project. The document is structured to facilitate compliance, requiring contractors to affirm their understanding of these mandates and the potential penalties for non-compliance. Overall, this requirement establishes a framework for promoting sustainability and eco-friendly practices in government projects, particularly in construction.
    The document outlines a proposed progress schedule for the construction of the San Francisquito Fire Station and Barracks, managed by the USDA Forest Service in the Angeles National Forest. The schedule includes a framework for calculating contract time, expressed as total days required and days per square of construction area. Specific instructions emphasize the importance of tracking progress at set intervals (20%, 40%, etc.) and outlining planned work visually. The contractor is responsible for submitting the schedule to the Contracting Officer’s Representative (C.O.R.), who will monitor actual progress and provide feedback as necessary. This structured approach ensures efficiency and accountability in fulfilling the contractual obligations related to the project. The purpose of the document is to facilitate effective project management within the context of federal grant and RFP processes, underscoring the importance of timely communication and documentation in government construction projects. Overall, it establishes a clear method for delivering a vital infrastructure initiative while adhering to regulatory requirements and standards.
    The USDA Forest Service seeks to evaluate and verify the experience and past performance of potential contractors for an upcoming solicitation (No. 12970224R0036). The agency wants detailed information about the contractor's history, including years of experience as a prime contractor or subcontractor relevant to the current solicitation's scope. The focus is on assessing their ability to complete work, with attention to project roles, values, and outcomes. Contractors must provide resumes for key personnel and detail up to five relevant projects, including project titles, roles, values, and statuses. This information is crucial in determining the contractor's suitability for the work contemplated in the solicitation. Additionally, the Forest Service requests details on the contractor's equipment resources, maintenance plans, and certification of the information provided. This comprehensive questionnaire is a crucial step in the agency's procurement process, ensuring the selection of a capable and experienced contractor for the upcoming project.
    The government seeks a contractor for the construction of the San Francisquito Fire Station and Barracks, as indicated in Solicitation No. 12970224R0036. The project requires specialized operational capabilities, encompassing fire suppression and emergency response facilities. This construction project falls under the NAICS code 236220 - Commercial and Institutional Building Construction, with a small business size standard of $45 million. Key among the requirements are representations and certifications regarding responsibility, safety, and financial capacity. Contractors must have the financial resources to support the project and maintain a robust safety plan. The past performance and integrity of the contractor are crucial evaluation criteria, with particular attention to their ability to meet delivery and performance schedules. Additionally, the contractor must certify that it complies with arms control and telecommunications equipment provisions. The solicitation emphasizes that the contractor will be responsible for delivering a comprehensive safety plan and ensuring its enforcement throughout the project's duration. This plan should cover safety briefings, personal protective equipment, and contingency plans for emergencies. The contractor will also be expected to provide a copy of their safety plan and ensure it is accessible to all employees involved in the project. Contract details are largely focused on the certification and representation requirements, including several FAR clauses. Offerors are expected to submit a complete and accurate representation of their capabilities, with attention to the specified NAICS code and size standard. Key dates and project timelines are not explicitly mentioned in the provided information. However, the solicitation's focus on certifications and representations suggests that the procurement process may involve a multi-step evaluation, with a detailed assessment of the contractors' qualifications and experience.
    The government seeks bids for the construction of a fire station and barracks, emphasizing site preparation, utility installation, and building construction. Offerors should provide unit prices for various components, including mobilization, bonding, and individual building shells with interiors. Optional items include barracks, landscaping, and a new well system. The project requires close coordination with local utilities for temporary services. Critical sitework and utility elements are detailed, along with specific references to drawing sheets for clarity. Offerors must provide unit prices for each item, with bonding costs anticipated as reimbursable expenses. The bid process mandates a bid bond, with payment and performance bonds digitally signed within 10 days of award. Mobilization costs are covered, and successful bidders should expect strict deadlines and clear specifications for critical elements.
    The USDA's San Francisquito Fire Station and Barracks Construction project outlines the comprehensive requirements and specifications for building a new fire station, including associated facilities and systems. The document is structured into several divisions, detailing general requirements, price and payment procedures, project scheduling, and various construction methodologies. Key components include safety protocols, environmental controls, quality assurance, and specific construction materials and techniques across multiple disciplines such as concrete, masonry, plumbing, and HVAC systems. The project emphasizes adherence to the National Electrical Code and safety regulations from the U.S. Army Corps of Engineers. The payment structure relies on a unit price basis for various items, with detailed requirements for progress reporting and schedule updates. This construction initiative not only addresses essential operational needs for the fire service but also ensures compliance with governmental safety standards and environmental considerations. The meticulous organization reflects the project's complexity, underpinning the government's commitment to enhancing fire service infrastructure.
    The document outlines the supplemental specifications for the construction of a well system and the waterline extension for the San Francisquito Fire Station and Barracks, located in Los Angeles County, California. It includes a comprehensive specification index detailing requirements across various divisions, such as general work summary, measurement and payment protocols, construction phasing, quality control, and safety measures. Key components include drilling and development of a potable water well, installation of a water distribution system, and adherence to relevant codes and standards. Essential contractor responsibilities include obtaining permits, performing disinfection and water sampling, and ensuring site restoration post-construction. Additionally, the document emphasizes compliance with local regulations and government oversight to maintain safety and environmental standards. Overall, this specification serves to guide contractors in delivering the project while ensuring public safety and ecological integrity.
    The procurement objective of this project focuses on constructing a new fire station and barracks within the Angeles National Forest. The main goods and services sought include general civil works, utility connections, and site preparation. This includes site grading, excavation, and the installation of various utilities like water lines, sewer systems, and storm drains. Notably, a large amount of overexcavation is required to prepare the site for structural foundations. Demolition of existing structures and the resulting site clearance has already been completed. However, the contractor must verify the current site conditions, as the provided plans may not reflect the latest changes. The project also involves providing accessible parking, sidewalk ramps, and crosswalks, ensuring compliance with accessibility requirements. Several key dates are outlined: a 3 March 2021 submission deadline and an expected project duration of approximately 54 weeks. The solicited contract is a firm-fixed-price arrangement, estimated at around $23 million. Evaluation criteria include price, past performance, and technical factors, with price being the most important.
    The U.S. Forest Service is proposing the construction of a new fire station and barracks at the Angeles National Forest to consolidate two deficient fire stations, San Francisquito and Green Valley, in response to hazardous conditions that have made them uninhabitable. The new facilities are aimed at improving wildfire response capabilities, as both existing structures face significant safety risks related to landslides and foundation failures. The proposed site, located near a LADWP hydroelectric facility, will involve the demolition of current structures and installation of vital infrastructure, such as a new waterline. The proposed construction includes a 7,000 square-foot fire station capable of housing four fire engines and a 3,500 square-foot barracks. Environmental reviews confirm that the project does not impact endangered species or culturally significant sites, complying with relevant regulations, including the Endangered Species Act and the National Historic Preservation Act. The decision is categorized as a categorical exclusion, allowing implementation without an Environmental Impact Statement. Public involvement has shown support for the project, with no major objections raised. Implementation can commence immediately following the signed decision.
    The San Francisquito Fire Station Project incorporates design measures aimed at mitigating adverse impacts during construction. It outlines a series of general, fire, soil, hydrology, botany, and wildlife resource considerations, ensuring compliance with environmental commitments and safety protocols. Construction areas will be clearly marked, and personnel will receive training on relevant environmental measures. Erosion control plans are mandated before construction, alongside strict dust and sediment control practices. A hazardous materials management plan will be developed for the safe handling of substances used and waste generated. The document emphasizes protection of rare plant species, controlling invasive species, and monitoring for wildlife, including federally listed species. Key procedures include minimizing vehicle idling, securing waste, and implementing measures to protect nesting birds. The guidelines reflect the project's commitment to ecological integrity and regulatory compliance, crucial for our sustainable development approach in government-funded initiatives. In summary, these measures are integral to the project's implementation and environmental stewardship within federal and state grant frameworks.
    The document provides directions to the San Francisquito Fire Station and Barracks, detailing routes from Santa Clarita and Lancaster/Palmdale. For travelers from Santa Clarita, the directions include major highways and local streets, specifying distances and key turns to reach the station efficiently. Similarly, the route from Lancaster/Palmdale outlines the necessary exits and turns to navigate toward the fire station, emphasizing the use of California state roads. This guidance ensures that emergency services can be accessed promptly, reflecting the importance of infrastructure in supporting public safety initiatives. The presentation of the directions indicates an organized approach to enhancing accessibility to critical emergency services in the area, aligning with broader government objectives regarding public safety and emergency response readiness.
    The USDA seeks bids for the San Francisquito Fire Station & Barracks Construction Project in the Angeles National Forest. This construction contract involves building a fire station and optional barracks, approximately 7,000 and 3,500 square feet respectively, along with associated infrastructure. The base contract includes site work, utility connections, and landscaping. Optional items include a new well system and extended water distribution line. Bidders should possess a California construction license and necessary permits, with experience in commercial and institutional building construction. The contract period is estimated at 540 days, with work hours specified to minimize noise disruption to nearby residents. Bonding is required, and bidders must attend a mandatory pre-proposal conference and site visit. Questions are due by August 23, 2024, and proposals by September 6, 2024. Evaluations will consider factors like technical capabilities, past performance, and price, with a focus on maximizing the use of biobased products. Key personnel requirements and safety protocols, including a project safety plan, are outlined. Contractors must comply with Davis-Bacon wage determination and various federal regulations. The estimated contract value is over $10 million.
    The document serves as an amendment to the solicitation number 12970224R0036 for the construction of the San Francisquito Fire Station & Barracks within the Angeles National Forest. It is a formal notification that updates several details regarding the contract, most notably extending the offer due date to September 6, 2024, and the final date for questions to August 23, 2024. Key modifications include updates to solicitation terms, performance dates, and compliance clauses. The amendment emphasizes the necessity for contractors to acknowledge receipt of this amendment in their submissions to ensure responsiveness. The document also identifies Klenise Wallace as the contracting officer, providing her contact information alongside the contracting officer representative. Other logistical details include invoicing procedures through Treasury's Invoice Processing Platform (IPP). Overall, this amendment provides clarification and updates essential for potential bidders, ensuring they remain informed about changes affecting their proposals and contractual obligations.
    Tetra Tech Inc. prepared an Engineering Geology and Geotechnical Engineering Design Report for the USFS San Francisquito Fire Station and Barracks in Santa Clarita, California, as requested by the United States Army Corps of Engineers (USACE). The report aims to assess geotechnical constraints and geologic hazards across two potential sites, North Site and South Site. Key findings include extensive subsurface exploration revealing various soil and rock types, along with a recommendation for site-specific construction approaches due to observed seismic risks. The investigation involved field mapping, excavation of test pits, and laboratory analysis of soil samples to inform foundation design, slope stability, and wastewater treatment system suitability. Notably, the proximity of the Clearwater fault zone poses a seismic hazard, requiring careful evaluation and adherence to construction guidelines per California building codes. Detailed recommendations on site preparation, grading, and drainage management were also provided, ensuring compliance with safety and structural integrity standards. This report serves as a crucial resource for federal and local agencies in planning and executing the fire station facility project while mitigating identified geological risks.
    The Fire Plan for Construction and Service Contracts, effective July 31, 2024, outlines fire prevention and suppression responsibilities for contractors operating in designated contract areas. The contractor is required to prevent fires, maintain fire equipment, and designate a qualified fire supervisor. The plan specifies the California Fire Precautionary Period from April 1 to December 1 and mandates the availability of fire tools, extinguishers, and spark arresters on site, among other requirements. Each operational level (A, B, C, D, Ev, E) outlines specific restrictions and requirements based on the fire danger rating for the area. For instance, higher activity levels necessitate the presence of a fire patrol or equipment for fire suppression within specified proximities to active operations. Additionally, the contractor must comply with state laws, obtain necessary permits before certain activities, and ensure clear communication with the Forest Service. Reporting fires promptly and maintaining appropriate clearances from flammable materials are critical components of the plan to mitigate fire risks during contract operations. The document serves to protect the environment and ensure safety during forestry operations, aligning with federal and state regulations surrounding fire management.
    The USDA Forest Service issued a Site Visit Meeting Minutes document regarding the construction of the San Francisquito Fire Station and Barracks (Solicitation No. 12970224R0036), dated August 5, 2024. The site visits occurred on July 23-24, 2024, allowing contractors to engage with government representatives. Key attendees included Contracting Officer Ricardo Lopez and civil engineers. The document outlines questions posed by contractors about project specifications, timelines, and responsibilities—covering topics such as bid submissions due by September 6, 2024, project duration of approximately 540 days, and the contractor's obligation for permit fees. Additionally, it details operational expectations like quality control responsibilities, communication protocols, the necessity for environmental inspections, and compliance with the Federal Acquisition Regulation (FAR). The responses provided suggest the documentation facilitates a transparent bidding process while ensuring that contractors clearly understand obligations such as payroll submissions and time frames for inquiries. The document serves as an advisory tool for potential bidders, aiming to promote clarity and enhance contractor engagement in fulfilling government construction needs.
    The USDA seeks bids for the construction of a new fire station and potential barracks in the Angeles National Forest. The project aims to consolidate two deficient fire stations into a central, safe facility to enhance wildland fire response. The base project includes site work, building construction, and utility connections, with three optional additions: a barracks building, landscaping, and a new well system for potable water. Bidders should account for biobased products, sustainable practices, and local regulations. The contract, valued over $10 million, requires a bid bond and performance/payment bonds. Key dates include a pre-proposal conference in July 2024, a question deadline in August 2024, and a proposal due date in September 2024. Offerors must comply with numerous FAR clauses and additional USDA requirements, encompassing insurance, bonding, labor standards, and safety protocols.
    The document serves as an amendment to Solicitation No. 12970224R0036 concerning the construction of the San Francquito Fire Station & Barracks, located in the Angeles National Forest. It outlines necessary changes to the solicitation terms and conditions, including updates to various sections and the incorporation of a new set of questions and answers. Offerors are instructed to acknowledge receipt of the amendment and provide any required documentation to ensure their offers are considered responsive. The amendment details that the period of performance for the contract extends from September 30, 2024, to May 8, 2026, and outlines invoicing procedures for contractors. Additionally, the amendment emphasizes that all original terms and conditions remain effective except for the specified changes. Key contacts for the project include Contracting Officer Klenise Wallace and Contracting Officer Representative Ricardo Lopez. This amendment is essential for maintaining clarity and compliance within the scope of federal contracts, reflecting the overall management of the project.
    The "Experience and Past Performance Questionnaire" is a solicitation document associated with Solicitation No. 12970224R0036 for the USDA Forest Service. It invites contractors to provide detailed information regarding their qualifications and experience relevant to the anticipated work outlined in the solicitation. Key components include the contractor's business type, years of experience as a prime or sub-contractor, and previous contracts' completion status. Contractors must disclose instances of incomplete projects or work completed through performance bonds. The document organizes required information into several sections, including employee numbers, subcontractor plans, and the relevant experience of principal individuals, with a mandate for resumes. It also highlights the need for information on up to five relevant projects, detailing roles, values, project statuses, and descriptions of scopes of work. Furthermore, a section describes the equipment available for the contract along with maintenance plans. The concluding certification emphasizes the accuracy of the provided information and authorizes the USDA to verify the contractor's capabilities. The questionnaire is critical for evaluating potential contractors’ competence in fulfilling the contracting needs of the USDA Forest Service.
    The document outlines the representations and certifications necessary for the San Francisquito Fire Station & Barracks Construction project under Solicitation No. 12970224R0036. It includes provisions detailing the North American Industry Classification System (NAICS) code (236220) pertinent to the project, establishing small business size standards, and the necessary certifications for applicants. Key sections emphasize compliance with federal regulations concerning telecommunications equipment, safety standards, financial responsibility, and contractor integrity. Contractors must maintain an up-to-date safety plan and verify their financial capabilities to support contract performance. Additionally, they are required to certify their compliance with relevant laws and regulations, including those prohibiting contracts with entities using specified telecommunications equipment. This comprehensive set of guidelines ensures that all contractors adhere to federal standards, emphasizing safety, ethical practices, and financial prudence while executing government-funded projects. Overall, the document serves as a critical framework for contractors seeking to engage with federal projects, reinforcing the government's commitment to compliance and safety in public construction initiatives.
    The San Francisquito Fire Station and Barracks Construction project seeks to construct a fire station and barracks, emphasizing critical utilities and site preparation. The base bid encompasses fire station construction, a fire pump house, a waterline, and civil work. Optional items include a barracks building, landscaping, and a new well system. Contractors will be responsible for bonding and mobilization, with a focus on coordinating utility services. The project aims to ensure that all excavation and embankment work balances cut and fill requirements. Offerors are required to provide unit prices and must submit a bid bond with their proposals, with digitally signed performance bonds due within 10 days of award.
    The file details a comprehensive set of construction drawings and specifications for a new fire station and barracks within the Angeles National Forest. The project is managed by the US Army Corps of Engineers, in collaboration with the United States Department of Agriculture Forest Service. These detailed plans cover various aspects, from site topography, utility layouts, and civil notes to architectural designs, electrical and mechanical drawings, and landscaping. The fire station and barracks are designed with retaining walls, and the site plan incorporates accessible features. Multiple bid options are presented, including alternatives for sewer lines, electrical work, and landscaping. The drawings are carefully indexed and labeled, providing a clear understanding of the project requirements for potential contractors.
    The USDA Forest Service has issued a memorandum detailing the second round of questions and answers regarding the solicitation for the San Francisquito Fire Station and Barracks Construction project. Over 100 inquiries were received from potential contractors during the site visits and after the solicitation opened. The document outlines key topics, including project scope, bid timelines, contractor responsibilities, and safety protocols. Notable queries addressed include the role of the US Army Corps of Engineers in drawing updates, project timelines, utility permits, and subcontractor work percentages. Responses clarify the project timeframe of approximately 540 calendar days with potential start dates and emphasize that proposals are due by September 6, 2024. Critical points also include contractor requirements for submitting payrolls, inspection responsibilities, and compliance with federal regulations. The document indicates that the contractor is responsible for securing utility permits, managing waste, and ensuring quality control, signifying comprehensive oversight throughout the project lifecycle. This memorandum demonstrates the USDA's commitment to transparency and communication in the contracting process, aiming to facilitate competitive bidding while ensuring adherence to safety and procedural standards.
    The document outlines Amendment 0003 for the solicitation of the San Francisquito Fire Station & Barracks Construction project by the USDA Forest Service. The amendment changes the offer due date to September 13, 2024, and modifies specific sections within the solicitation, including updates to attachments J1, J2, and J5. It also includes an addition of a Q&A section addressing questions from potential bidders. Offers must acknowledge this amendment for validity, with instructions on how to submit acknowledgment provided. The period of performance for the project is set from September 30, 2024, to May 8, 2026. The document emphasizes the importance of compliance with updated terms and conditions as well as timelines for the bidding process, aiming to ensure a transparent and efficient bidding experience for contractors interested in federal projects. The amendment aims to clarify and streamline the solicitation process further while maintaining all previously established terms.
    The document outlines the construction plans for the San Francisquito Fire Station and Barracks located in the Angeles National Forest, California, under the purview of the U.S. Army Corps of Engineers. It presents detailed engineering drawings, structural plans, civil and site plans, and comprehensive utility specifications for the proposed facility. The project comprises several components, including grading, demolishing existing structures, and constructing new fire station facilities and barracks. Key elements include site preparation, utility installations, grading plans, and landscape architecture—addressing access, drainage, and fire suppression systems. Notably, there are extensive civil details regarding over-excavation and utility management to ensure compliance with existing regulations. The structure emphasizes safety features and maintains state and federal standards throughout the design and construction process. This document serves as a Request for Proposals (RFP), seeking contractors to execute the plans, capturing essential specifications and project objectives. The commitment to environmental stewardship and public safety is evident, representing government efforts to enhance local emergency response infrastructure effectively.
    The USDA Forest Service's September 2024 memorandum outlines the third round of Q&A for the San Francisquito Fire Station & Barracks Construction project, responding to over 100 questions raised by potential contractors. Key topics include project timelines, responsibilities for permits, and expectations for contractor qualifications. The anticipated project duration is around 540 calendar days, with proposals due by September 13, 2024. Contractors must secure their own permits and pay related fees, while temporary utilities will be provided by local agencies. Professional qualifications, including SSHO certification, are required, with specific roles not permitted to overlap. The government emphasizes clear distinctions between technical and cost proposals, highlighting that pricing must not be included in technical submissions but must follow separate formats. This document serves crucially for contractors to understand project requirements, clarify expectations, and ensure compliance with solicitation instructions. Overall, it reflects the USDA's commitment to transparency and fairness in the procurement process, outlining specific protocols for bid submissions and contractor responsibilities.
    The government solicitation outlined in Solicitation No. 12970224R0036-0004 pertains to the construction of the San Francisquito Fire Station and Barracks in the Angeles National Forest. The project aims to replace two existing fire stations with a centralized facility that enhances fire response capabilities. Key elements include the construction of a 7,000 square foot fire station to accommodate four fire engines and a barracks of approximately 3,500 square feet for housing crew members. The solicitation emphasizes biobased product usage and includes various deliverables and evaluation factors. Key deadlines are established, with a proposal due date of 13 September 2024 and a pre-proposal conference scheduled for 23-24 July 2024. Contractors must comply with safety regulations, bonding requirements, and ensure the use of certified personnel. A thorough project safety plan is required, encompassing emergency procedures and adherence to OSHA standards. The anticipated project cost exceeds $10 million and seeks to address ongoing hazards related to the existing fire stations' locations. Overall, this RFP highlights the federal commitment to improving fire safety infrastructure while ensuring compliance with environmental and safety regulations.
    The document outlines Amendment 0004 to Solicitation No. 12970224R0036 regarding the construction project for the San Francisquito Fire Station and Barracks, located in the Angeles National Forest. The amendment provides specific changes to solicitation terms and conditions, which are detailed in various sections, including Attachments J1 and J2. It emphasizes the need for contractors to acknowledge receipt of the amendment by the specified deadlines to avoid rejection of offers. The amendment updates details related to the contract, including the period of performance from September 30, 2024, to May 8, 2026. It also specifies requirements for submitting offers, including electronic communication. Contact information for the contracting officer, Klenise Wallace, and the contracting officer representative, Ricardo Lopez, is provided to facilitate inquiries. Additionally, it mentions that invoicing must be processed through the Department of Treasury's Invoice Processing Platform (IPP). This document serves as an official notification of changes related to government contracts in support of effective project execution and compliance with federal regulations.
    The document outlines the Request for Proposals (RFP) for the construction of the San Francisquito Fire Station and Barracks in Angeles National Forest, identified by solicitation number 12970224R0036-0004, issued by the Specialized Project Operations Center. It details the base and optional items involved in the project, including various construction components such as mobilization, building structures, water lines, and supporting facilities. All quantities and prices for the items are currently listed as $0.00, indicating bidders must provide their own pricing in a specified format. The RFP also requires a bid bond, with total contract values outlined as either the calculated amount from submitted bids or a capped alternative value of $3 million. Specific project phases include site preparation, utility coordination, and optional construction elements like landscaping and well drilling for water supply. Compliance with bonding and performance requirements is mandated, and responses failing to meet listed quantities or pricing criteria may be rejected. The document serves as a critical guideline for contractors seeking to engage in federal government projects, establishing parameters for proposal submissions and expectations for project execution.
    This memorandum outlines the fourth round of questions and answers (Q&A) regarding the solicitation No. 12970224R0036 for the San Francisquito Fire Station and Barracks Construction project. Conducted by the USDA Forest Service, the document records inquiries from site visits and external potential bidders from July and August 2024, addressing over 100 queries received, including project timelines, bid submission details, contractor responsibilities, and permit requirements. Key points include: - Proposals are due by September 13, 2024, with a cutoff for questions on August 23, 2024, emphasizing that all inquiries must be formally submitted. - Clarification on the roles and responsibilities of contractors concerning permits, inspections, and utility connections. - Confirmation that past performance evaluations focus solely on the prime contractor, not major subcontractors, and specific formats required for proposals. - Key personnel qualifications and safety regulations are highlighted, stressing that firms must comply with outlined safety certifications. Responses to each question are intended to ensure a clear understanding of project requirements, thereby facilitating a competitive bidding process in accordance with federal regulations. The document serves as a reference tool to aid prospective contractors in their proposal preparations.
    Similar Opportunities
    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.
    Fire Command Buildup (4305) for Shasta-Trinity National Forest
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Fire Command Buildup project (Solicitation No. 127EAY24Q0076) for the Shasta-Trinity National Forest, focusing on vehicle modifications to enhance firefighting capabilities. The procurement requires the installation of emergency lighting, sirens, and radio systems on a designated vehicle, with a project execution period of 220 days post-award. This initiative is crucial for improving operational effectiveness and safety during fire command operations. Interested small businesses must submit comprehensive technical and price proposals, with evaluations based on price, delivery schedule, and technical capability. For further inquiries, contact Joshua Williams at joshua.williams2@usda.gov.
    Fire Command Vehicle Build (Four Vehicles) - Eldorado National Forest
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide upfit services for four fire command vehicles intended for the Eldorado National Forest. The procurement requires contractors to deliver a technical proposal detailing their past performance and capabilities, alongside a price proposal for the specified vehicles, which will be transported for upfitting within a 250-mile radius of Placerville, California. This initiative is crucial for enhancing the operational readiness and safety of command vehicles used in fire management, adhering to stringent specifications for emergency lighting, siren systems, and radio installations. Interested parties must submit their proposals via email by August 14, 2024, and can direct inquiries to Aileen Fleming at aileen.fleming@usda.gov.
    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.
    Flightline Fire Extinguisher
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Flightline Fire Extinguisher Inspection and Maintenance Services for the California National Guard. The contract encompasses the inspection and maintenance of 87 Buckeye K-350 RG Portable Wheeled Fire Extinguishers across multiple airfields in California, including Mather Airfield, Stockton, Fresno, Camp Roberts, Camp San Luis Obispo, and Los Alamitos, ensuring compliance with NFPA-10 standards and federal regulations. This initiative is crucial for maintaining safety standards at military airfields, with a performance period extending from September 30, 2024, through September 2029. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to Kaipo Kim at kaipo.h.kim.civ@army.mil or by phone at 808-861-9563.
    BICY 229154
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The facility will encompass 5,142 square feet and include essential features such as offices, a kitchen, a gym, and utility systems, all designed to meet safety and environmental standards. Interested contractors must submit their proposals, including performance and payment bonds, by the specified deadlines, with a projected performance period beginning on November 1, 2024, and concluding on October 30, 2025. For further inquiries, potential bidders can contact John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Klamath River Basin WCS, Rx Fire Engines
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the provision of water handling equipment, specifically Type 3 and Type 6 engines and tactical water tenders, to support prescribed fire implementation in the Klamath River Basin, California. The procurement aims to enhance wildfire risk management by providing essential resources for fire suppression activities, including preparation, ignition, and mop-up operations. This initiative is critical in addressing the high wildfire risks in the region and facilitating proactive forest management practices. Interested contractors must submit their proposals, including technical and price components, by the specified deadlines, with the contract performance period extending from September 30, 2024, to September 16, 2026. For further inquiries, contact Jacob Pipkin at jacob.pipkin@usda.gov.
    USACE SPK DBB Construction – USFS Campground – Lake Isabella, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking qualified contractors for a design-bid-build (DBB) construction project at the Lake Isabella Campground in California. The project involves the construction of new campsites and associated facilities for the United States Forest Service (USFS), including drainage systems, group campsites, vault-toilet buildings, and road improvements, with an estimated construction timeline of 365 days from the Notice to Proceed. This opportunity is significant for enhancing recreational facilities and ensuring proper drainage and access, with a projected contract value between $1,000,000 and $5,000,000. Interested contractors are invited to submit capability statements to Gilbert Coyle at gilbert.coyle@usace.army.mil by 8:00 a.m. Pacific Time on September 25, 2024.
    Phase 1 4FL Forest Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    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.
    National Park Service (NPS) - Yosemite National Pa
    Active
    Buyer not available
    The National Park Service (NPS) is seeking a contractor for the Wildland Urban Interface (WUI) Mechanical Fuels Reduction Project at Yosemite National Park, California. The project aims to reduce hazardous fuels across approximately 388 acres in four designated WUI communities to enhance fire resilience and safety for nearby properties and infrastructure. This initiative is critical for mitigating wildfire risks and ensuring the ecological health of the park, with a contract period from October 1, 2024, to September 30, 2026, and specific work in one area to be completed by March 1, 2025. Interested small businesses must register in the System for Award Management (SAM) and can direct inquiries to Brian McCabe at brianmccabe@nps.gov or 202-339-7772, with the solicitation anticipated to be issued after August 28, 2024.