SOURCES SOUGHT
12445221R0057
This is a Sources Sought announcement and is for information/market research purposes only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT.
The USDA, USFS, East Zone, CSA# 12 intends to solicit a firm fixed price contract for trail and trail bridge construction and related services on the La Mina and Big Tree Trails in the El Yunque National Forest, Rio Grande Puerto Rico. The construction which may include, but not be limited to the following:
Construction surveying and staking, erosion control measures, silt fencing and dewatering structures installation and removal after final acceptance, clearing and grubbing, the removal and resetting of historic rocks/stones located on the boundary of the trail surface, constructing trail widening, constructing trail passing areas, restoration of existing stairs, construction of new stairs, and reconstruction of damaged stairs, constructing new and rehabilitating existing interpretive sites, excavation, geotextile placement, constructing masonry walls with foundations, constructing and erecting new gabion baskets, trail re-surfacing, installing (1) culvert, constructing one (1) mechanically stabilized earth (MSE) wall, constructing open drainages, constructing underdrain systems, removal and demolition of existing bridges and individual tree(s) as specified in drawings, removal of existing invasive plant species, tree planting and mulching, riprap armoring, placing and colored grouted riprap, constructing two (2) new trail bridges and rehabilitating one (1) existing trail bridge #11, removal, replacement, and constructing bridge guardrails, removal, replacement, and constructing trail handrails, removal, replacement, and constructing stair handrails, demolition and disposal of identified existing shelters, hauling off of excessive excavated and accumulated sediment material, and contractor testing of materials.
The existing La Mina and Big Tree trail has an average existing width of 2’ – 3’. The overall La Mina and Big Tree trail system is very narrow. The specified work is generally confined within the limits of the existing trail traveled way, adjacent ditches, shoulders, cut/fill slopes, and trail embankment stabilizations. Work shall also include stream crossing improvements such as trail bridge’s construction and rehabilitation.
There is some specified work that shall take place outside of the designed and specified trail construction limits work zone. That work shall include the removal of existing invasive planting species, and new tree planting for reforestation.
The El Yunque National Forest can receive rainfall of over 240 inches (6.1 m) per year. The contractor shall be responsible for monitoring the local weather conditions at project site. An unexpected or unanticipated rain shower can develop anytime without warning, which may impact the construction activities. The contractor shall be responsible for protecting all stockpiled material from damages, corrosion, segregations, monitoring and enforcement of their erosion control mitigation measures, resource damage mitigation, and protecting concrete at all times during contract duration. Rain showers can affect concrete activities which can compromise the concrete strength (f’c) and its finishing. Even if rain precipitation isn’t predicted, the contractor shall always be prepared to cover the concrete with a tarp, plastic sheeting, and any other approved method at all times. The contractor shall be sure to seal the edges of their materials to ensure rainwater can’t seep underneath which may impact the integrity of its properties and intentions.
Technical Requirements for Potential Offerors:
Potential offerors must have successful past experience in construction of large complex trail systems in steep terrain setting(s), in an environmentally sensitive location with adverse weather conditions, and where the trails may be difficult to access using traditional methods.
The purpose of this Sources Sought announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantage Woman-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUB Zone, EDWOSB and SDVOSB are highly encouraged to participate.
Responses to this sources sought shall include the following:
(a) Company Name
(b) Address
(c) Point of contact
(d) Phone and email
(e) DUNS number
(f) Bonding Capacity (per contract and aggregate)
(g) Type of small business, e.g. Services Disabled Veteran Owned Small Business, 8(a), HUBZone, Women Owned Small Business, Small Disadvantaged Business, or Small Business HUBZone business. Firms shall be certified in the in the System for Award Management (SAM) located at https://www.sam.gov/.
(h) Vendor's demonstrated experience in construction of large complex trail systems in steep terrain setting(s), in an environmentally sensitive location with adverse weather conditions, and where the trails may be difficult to access using traditional methods. Provide at least three (3) examples.
Interested small businesses shall submit the response by email to Primary Point of Contact: Takele Woldu via email: takele.woldu@usda.gov no later than the time indicated on the Contract Opportunity webpage.
Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within the discretion of the Government.
The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.
Email response to: takele.woldu@usda.gov NO LATER THAN 1700 08/27/2021