Search Contract Opportunities

Kenai Lake Work Center Water/Wastewater System Improvements   3

ID: 1240BJ23R0004 • Type: Presolicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a 15 day Presolicitation that will close on Monday March 13, 2023 by 4:30pm pst. The Soliciation package will be posted on or soon there after. This project will have a Pre-Bid Site visit that contractors are strongly encouraged to attend. The exact date of the Pre-Bid visit will be within the posted solicitation.

The government estimate for this project is between: $1,500,000 - $3,000,000

The estimated period of performance for this project is: 5/1/2023 - 10/31/2024

Project Name: Kenai Lake Work Center Water & Wastewater System Improvements

Description

SUMMARY
A. This project is located at the Kenai Lake Work Center (KLWC). The address is Mile 24
Seward Highway, Seward AK 99664, on the West side of the highway. The KLWC is
located approximately 6 miles south of Moose Pass, Alaska.
B. Project Summary Description: The following descriptions are provided as an outline of
major work items, and shall not be constructed as an inclusive or complete listing of all
items of Work under this Contract.
1. Base Bid includes the following:
a) Utility improvements which include (1) hazardous abatement of the existing
crew house building; (2) Site demolition; (3) Site preparation; (4) Site
Mechanical which includes utilities improvements of the existing water
distribution system, installing a new sewer collection system and
appurtenances, and installing a new wastewater treatment system and
appurtenances; (5) and site electrical which includes the improvements to the
new wastewater treatment system per the plans and specifications.
1.2 GENERAL SITE CONDITIONS AND WEATHER
A. The elevation of the site is approximately 450 feet above mean sea level. The
construction site experiences heavy snowfall and cold temperatures (sometimes
extreme), with snow on the ground typically from October through May. Precipitation
averages 64 inches per year, with average total snowfall of 75 inches per year, as
provided by www.weather-us.com.
1.3 USE OF PREMISES
A. General: Contractor shall have limited use of premises for construction operations,
including use of Project Site, during construction period. Contractor's use of premises
is limited by the Government's right to perform work at the site. The KLWC office is
open year-round and several full-time staff occupy the premise. Seasonal staff arrive
intermittently throughout the year occupying the residences on the jobsite.
B. Contractor shall at all times conduct his operations to ensure the least inconvenience to
the public and employees.
C. Confine storage of materials to areas as approved by the CO.

D. Contractor shall provide adequate signing and barricades and take necessary safety
measures to protect the public during all construction operations. Contractor shall
minimize disturbance of all undisturbed areas.
E. Preservation of Natural Features: Confine all operations to work limits of the project.
Prevent damage to natural surroundings. Restore damaged areas, repairing or replacing
damaged trees and plants, at no additional expense to the Government.
F. Provide temporary barriers to protect existing trees and plants and root zones.
1. Do not remove, injure, or destroy trees or other plants without prior approval.
Consult with CO and remove agreed-on roots and branches that interfere with
construction.
2. Do not fasten ropes, cables, or guys to existing trees.
3. Carefully supervise excavating, grading, filling, and other construction operations
near trees to prevent damage.
G. Existing Utilities: Notify CO of proposed locations and times for excavation.
1. Contractor shall be responsible for locating and preventing damage to known
utilities. If damage occurs, repair utility at no additional expense to the
Government.
2. Interruption of Existing Utility Service: Notify CO, 48 hours in advance of any
interruption of existing utilities.
1.4 MEALS AND LODGING
A. Meals and lodging are commercially available in Seward, AK, within 25 miles of the
construction site. Meals will not be available at Forest Service facilities. Camping at
nearby campgrounds may be allowed if approved.
1.5 CAMPING
A. Camping is not allowed at the construction site. Permission may be granted to camp at
a nearby location.
1.6 FIELD VERIFICATION
A. Field verify all new and existing dimensions affecting the work of this contract before
ordering products
1.7 REQUIREMENTS OF THE OFFERER'S PROPOSAL
A. The Government Drawings and Specifications are the basis for this Contract.
B. The work shall conform to the Drawings as closely as possible. Those products listed in
the Specifications are preferred products, chosen for compatibility, longevity, durability
and quality. However, equal or better alternatives submitted by the Offerer will be
considered.

1.8 PERMITTING
A. The Contractor shall be responsible for obtaining all permits and associated fees
required to complete the project.
B. Government-furnished permits/approvals include approval from the Alaska Department
of Environmental Conservation (ADEC) for public water and wastewater installation.
C. All electrical permit and inspection is to be by the local AHJ.

Overview

Response Deadline
March 13, 2023, 7:30 p.m. EDT Past Due
Posted
Feb. 24, 2023, 4:54 p.m. EST
Set Aside
None
Place of Performance
Seward, AK 99664 USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
85%
Signs of Shaping
87% of similar contracts within the Forest Service had a set-aside.
On 2/24/23 USFS Region 6: Pacific Northwest Region issued Presolicitation 1240BJ23R0004 for Kenai Lake Work Center Water/Wastewater System Improvements due 3/13/23. The opportunity was issued full & open with NAICS 237110 and PSC Y1NE.
Primary Contact
Name
Roxanne Anderson - Contracting Officer   Profile
Phone
(503) 668-1730

Documents

Posted documents for Presolicitation 1240BJ23R0004

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 1240BJ23R0004

Award Notifications

Agency published notification of awards for Presolicitation 1240BJ23R0004

Contract Awards

Prime contracts awarded through Presolicitation 1240BJ23R0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 1240BJ23R0004

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 1240BJ23R0004

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > USDA-FS, CSA NORTHWEST 7
FPDS Organization Code
12C2-1240BJ
Source Organization Code
500169173
Last Updated
March 28, 2023
Last Updated By
roxanne.d.anderson@usda.gov
Archive Date
March 29, 2023