BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published January 22, 2025 at 7:00 PM

Updated January 23, 2025

Site work for a sidewalk / parking lot in Pocatello, Idaho. Completed plans call for site work for a sidewalk / parking lot.

Construction Project - Parking Lot Sealcoat Treatment and Striping in Accordance with the Statement of Work. Total Small Business Set-Aside per FAR Part 13 under the Simplified Acquisition Threshold (SAT). Firm Fixed-Price contract will be awarded per the Trade-Off criteria in CAR 1352.213-70. See the attached full SF 18 Construction Clauses and Provisions with all terms and conditions which all vendors must be in compliance with to be eligible for award. New contract, no incumbent. BONDING/LOC WILL BE REQUIRED UNLESS YOUR QUOTE IS UNDER $35K. PERIOD OF PERFORMANCE Work completed no later than 240 days of award, quotes must provide confirmation they can fulfill this requirement. PLACE OF PERFORMANCE: Pocatello, ID - 1945 Beechcraft Ave. Pocatello, ID 83204 Las Vegas, NV - 7851 Dean Martin Dr. Las Vegas, NV 89139 THE GENERAL DECISION (GD) ID20240091, POSTED ON 02/16/2024 AND NV20240058, POSTED ON 09/20/2024 WILL BE INCORPORATED AND MAY BE VIEWED AT WWW.SAM.GOV SEE THE ATTACHED SF 18 CONSTRUCTION TEMPLATE WITH ALL TERMS AND CONDITIONS WHICH ALL VENDORS MUST BE IN COMPLIANCE WITH TO BE ELIGIBLE FOR AWARD. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. CONSTRUCTION PURCHASE ORDER CLAUSES (FIXED-PRICE) UPDATED THROUGH FAC 2025-02 (JAN 2025) FAR 36.204 Disclosure of the Magnitude of Construction Projects The magnitude is Between $25,000 and $100,000. UTILIZATION OF FEDCONNECT FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect web portal in administering this award. The contractor must be registered in FedConnect(R) and have access to the FedConnect website. For assistance in registering or for other FedConnect(R) questions please call the FedConnect(R) Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect(R). (End) CAR 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO MARILYN.HERRERA@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 4:00 P.M. ON 01/17/2025. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) FAR 52.236-27 Site Visit (Construction) (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Site visits may be arranged during normal duty hours by contacting: Name: Mike Kent Email: mike.kent@noaa.gov Phone: 805-889-0645 (End of provision) A site visit is highly recommended but not required. Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. CAR 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APR 2010) The Government intends to award a trade-off, firm fixed price purchase order resulting from this request for quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and non-price factors with payment terms of Net 30. The evaluation will consider the Non-Price Technical Solution (Technical Approach, Capability, Experience and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factors, price becomes more important. The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds. The Government may award to other than the lowest-priced vendor or the vendor with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability. The following factors are listed in order of importance and will be used to evaluate quotations: 1. Technical Approach and Capability. The Offeror's overall technical approach will be evaluated to assess the Government's level of confidence in the Offeror's understanding of, approach to, and ability to successfully perform the requirements as described in the Statement of Work. A detailed technical approach write-up describing how the Offeror will perform this service is required to be submitted with the quote regardless of whether a site visit was made or not. The technical approach write-up must not be a reiteration of the Statement of Work, but how your company plans on performing the tasks listed in the attached Statement of Work. (i.e. performance checklists, anticipated number of employees, anticipated hours at the facility and/or confirmation of supplies being provided, etc.) 2. Experience. The offeror's background, experience, and qualifications (relevant past projects performing similar services, certifications related to current requirement, etc.) will be assessed to determine the likelihood that the offeror can successfully perform the contract requirements. Offeror must have knowledge and experience with parking lot sealcoat treatment and striping. 3. Past Performance. Quote shall include at least two references from at least two separate contracts for similar and relevant services including the name, phone number, full address, and e-mail address of the reference to demonstrate the offeror's capability to successfully perform the services listed in the Statement of Work. The offeror is required to fill out blocks 1-4 and send the attached Past Performance Questionnaire to the references provided by the offeror in their submission, and email the completed survey form directly to (CS/CO email) by the closing date and time of this solicitation. The Government reserves the right to consider past performance report forms received after the due date and time of the solicitation, past performance questionnaires submitted from previous solicitations, and to contact references for verification or additional information. The Offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency's knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. 4. Price. The quoted prices will be evaluated but not scored. The Government will evaluate the price quote for completeness and reasonableness in relation to the RFQ requirements. Quoted prices must be entirely compatible with the Non-Price Technical Solution. 5. Period of Performance: Work completed no later than 240 days of award, quotes must provide confirmation they can fulfill this requirement. 6. Warranty in writing for parts and labor. (End of Provision) CAR 1352.213-71 Instructions for Submitting Quotations Under the Simplified Acquisition Threshold--Non-Commercial (APR 2010) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 238990 and $19.0M. (b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. At a minimum, quotations must show- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) Acknowledgment of solicitation amendments; (4) A technical description showing that the offeror can supply the requirements in the specifications or statement of work in sufficient detail to allow the Government to evaluate the quotation in accordance with the evaluation factors stated in the solicitation. (5) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and reference information (including contract numbers, points of contact with telephone numbers and other relevant information). (6) Price and any supporting details for the price, as requested in the solicitation. (c) Offerors are responsible for submitting quotations and any modifications thereto, so as to reach the Government office designated in the solicitation by the time specified. The offeror's initial quotation should contain the offeror's best terms from a price and technical standpoint. The Government may reject any or all quotations if such action is in the public interest; accept other than the lowest quotation; and waive informalities and minor irregularities in quotations received. (End of Provision) STATEMENT OF WORK Parking Lot Sealcoat Treatment and Striping 1. BACKGROUND: The National Weather Service (NWS), Weather Forecast Office (WFO's) in Pocatello, ID and Las Vegas, NV have parking lots that have not been resealed in 10-15 years and are in severe need of treatment. The existing surface has deteriorated with large cracks. 2. GENERAL INTENTION: To obtain the services of crack repair, seal coat and re-striping parking stalls to include one handicap stall with handicap symbol. 3. GENERAL REQUIREMENTS: The contractor shall provide all supervision, labor, tools, materials and equipment necessary to perform work as stated. All work and materials supplied shall be in accordance with these instructions, manufacturer's specification, all applicable federal, state, local, OSHA, EPA, NEC, NFPA, building and facilities codes and criteria. The Contractor Shall: 3.1. Provide, as necessary, sufficient traffic barricades while the work is in progress to restrict access to the work area until the sealer application and re-striping work is completed. Remove the barricades only after notifying the Contracting Officer's Representative (COR) that the work is complete and vehicle access is authorized. 3.2. Contractor shall verify all measurements stated below for WFO specifications. Total Asphalt area for each site is listed below. Pocatello, ID - 14,350 ft2 Las Vegas, NV - 14,500 ft2 3.3. The material used is within its manufacturer stated shelf life; proof of shelf life shall be provided to the COR. 3.4. Prior to surface cleaning, clean out all cracks using compressed air, and seal all cracks between 1/8" to 2" in the pavement using an approved crack sealant. The crack sealant shall be compatible with the surface sealer being applied to the asphalt paved areas of this project. 3.5. Repair cracks that are larger than 2" in width by saw cutting. Remove 6" of old material on each side of the crack (1 foot in total). Pack removed area with new asphalt. 3.6. Before applying the sealer, all foreign material shall be removed from the surfaces to be treated including stall striping tape, loose material, dirt, clay, oil and grease spots. Oil and grease spots shall be cleaned and spot primed. After the cleaning operation and prior to application of the sealer, the Contractor will inspect the area to be treated to determine its ability to receive the sealer. 3.7. The asphalt sealer shall be of a type that has been used commercially in the specified areas for at least the past three years. The sealer shall also have a proven record of satisfactory performance based on the ability of the material to reduce the rate of loss of fines and to retard crack propagation of the pavement. 3.8. All pavement markings which existed prior to the application of the surface sealer shall be reestablished by the contractor after the manufacturer-recommended curing period. All guidelines and templates shall be furnished by the contractor. Finished edges of all markings shall be sharply outlined. Paint colors shall be those as specified by the American Association of State Highway and Transportation Officials (AASHTO) for the intended use. 4. ATTACHMENTS Pocatello WFO Drawing Las Vegas WFO Drawing 5. SUBMITTAL REQUIREMENTS: The contractor shall provide electronic copy of each required submittal in accordance with the below schedule: Deliverable Objective Due Deliver To Specification sheets describing in detail the marking paint to be used for all sites Determine material to be used Within 10 days of awarded contract COR Specification sheets describing in detail the crack sealing material to be used for all sites Determine material to be used Within 10 days of awarded contract COR Specification sheets describing in detail the surface sealing material to be used for all sites Determine material to be used Within 10 days of awarded contract COR Work Schedule, with start and completion dates Coordinate scheduling with NWS Within 3 days of awarded contract, or before work begins COR Designation of on-site, job-site supervisor and contact information Provide a primary Point Of Contact (POC) to NWS Contract Award COR 1-year Warranty Documentation Warranty parts and labor Upon acceptance of work Contracting Officer (CO) SDS (Safety Data Sheet) List any hazardous material that will be used in performance of this contract. Ref. FAR 52.223-3 and FED-STD-313E Within 3 days of awarded contract, or before work begins, whichever occurs first CO/COR 6. LOCATION: Project is to be completed on the below premises. Pocatello, ID - 1945 Beechcraft Ave. Pocatello, ID 83204 Las Vegas, NV - 7851 Dean Martin Dr. Las Vegas, NV 89139 7. PERIOD OF PERFORMANCE: Work must begin within ten (10) business days of award of the purchase order; "Work" includes ordering materials not already in stock and necessary to perform the work. On site work shall be completed within two hundred and forty (240) calendar days of receipt of all necessary materials. 8. DEFINITIONS: Where "as shown", "as indicated", "as detailed", or words of similar import are used, it shall be understood that reference to the drawings accompanying this specification is made unless stated otherwise. Where "as directed", "as required", "as permitted", "approved", "acceptance", or words of similar import are used, it shall be understood that the direction, requirements, permission, approval, or acceptance of the CO is intended unless stated otherwise. As used herein, "provided" shall be understood to mean "provided complete in place", that is "furnished and installed". 9. REGULAR WORKING HOURS: Regular working hours are from 0700 to 1600 Monday through Friday except Federal holidays and other days specifically designated by the designated representative. "Regular Working Hours" means hours a contractor can expect to be allowed to perform work on site, or be able to contact the office. Anything outside regular working hours must be done by permission of the COR. Observance of Legal Holidays and Site Closure Information The Contractor shall observe any federal holidays if the holiday falls within the period of performance of this contract. When any holiday falls on a Saturday, the preceding Friday is observed; when any holiday falls on a Sunday, the following Monday is observed. All personnel assigned to this contract shall limit their observation of holidays to those set forth above. In each instance, the Contractor agrees to continue to provide sufficient personnel to perform requirements of any critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the COR. In the event of a site dismissal or closure due to weather, emergency or other circumstances, the Contractor is instructed to contact the COR. 2025 Holiday Schedule Date Holiday Wednesday, January 01 New Year's Day Monday, January 20 Birthday of Martin Luther King, Jr. Monday, January 20 * Inauguration Day Monday, February 17 ** Washington's Birthday Monday, May 26 Memorial Day Thursday, June 19 Juneteenth National Independence Day Friday, July 04 Independence Day Monday, September 01 Labor Day Monday, October 13 Columbus Day Tuesday, November 11 Veterans Day Thursday, November 27 Thanksgiving Day Thursday, December 25 Christmas Day *This holiday is designated as "Inauguration Day" in section 6103(c) of title 5 of the United States Code, which is the law that specifies holidays for Federal employees. Federal employees in the Washington, DC, area are entitled to a holiday on the day a President is inaugurated on January 20th for each fourth year after 1965. **This holiday is designated as "Washington's Birthday" in section 6103(a) of title 5 of the United States Code *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. Project is to be completed on the below premises. Pocatello, ID - 1945 Beechcraft Ave. Pocatello, ID 83204 Las Vegas, NV - 7851 Dean Martin Dr. Las Vegas, NV 89139

Post-Bid

Sidewalks / Parking Lot

$100,000.00

Public - Federal

Site Work

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

5

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
32
Active Projects
18
Bidding Soon
167
All Active Projects
0
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

January 21, 2025

February 20, 2025

Project location map

Multiple Locations, Pocatello, ID

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.