Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2002 FBO #0208
SOLICITATION NOTICE

Y -- BASEMENT REMOVALS, PIERRE AND FORT PIERRE SOUTH DAKOTA FLOOD MITIGATION PROJECT

Notice Date
6/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACW45-02-R-0008
 
Response Due
8/12/2002
 
Archive Date
9/11/2002
 
Point of Contact
Neil Herman, (402) 221-4119
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(Neil.F.Herman@usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
NA On or about 12 July 2002, this office will issue a Request for Proposal for Residential Site Reclamation in Pierre and Fort Pierre, South Dakota. Proposal will be due on or about 12 August 2002. This project is set-aside under the Historically Underutili zed Business Zone (HUBZone) Program. To be considered for award, the successful offeror must be a Certified HUBZone Contractor in accordance with Federal Acquisition Regulation 19.1303. Status as a qualified HUBZone small business concern is determined b y the Small Business Administration (SBA) in accordance with 13 CFR Part 126. If the SBA determines that a concern in a qualified HUBZone small business concern, it will issue a certificate to that effect and will add the concern to the List of Qualified HUBZone Small Business Concerns on its Internet website at http://www.sba.gov/hubzone. Contractors interested in inspecting the site of the proposed work should contact Dwight Pochant at 605-923-2983. DO NOT submit requests for plans and specifications t o the site visit personnel listed above. See Ordering below. The work will consist of the following information. There could be up to an estimated 100 sites involved. The actual number of sites can't be determined, and it is not known when a site will become available. They will usually come available one at a time. The contract period will consist of a base period of one year, and 2 one year option periods, for a total of three years. Each site is to be a separate lump sum price. The project will r equire repetitive mobilization and de-mobilization effort. We will be looking for the most cost effective method of fulfilling the requirement. After award of a contract to the successful offeror, the procedure that will be followed is the Contractor wil l be notified in writing when the house has been removed, and a site is available for reclamation. The Contractor must start work within 14 days of the date of the written notification. The Contractor and a Government representative will conduct a site i nspection for each site. All work shall be completed within 45 days of the written notification. The only exception would be if final seeding couldn't be accomplished due to climatic conditions. All existing structures shall be removed including basemen ts and foundation walls, footings, basement floors, sewer and water lines below existing ground. All pavements, including driveways, sidewalks and patios located on each property shall be removed. The public sidewalks, curbs, gutters and street light ba ses shall remain. The basements shall be filled and compacted to a reasonable level above the surrounding grade to allow positive flow away from the area. All disturbed areas will be cleared of all construction debris resulting from the work, graded and seeded. The estimated construction cost of this project is between $100,000 and $250,000. Contractor Quality Control will be a requirement in this contract. Provisions will be included for liquidated damages in case of failure to complete the work in th e time allowed. Performance and Payment Bonds will be required. The plans and specifications will be available free of charge, and it has been determined that the number will be limited to one (1) per firm. Plans and Specifications will not be provided in a printed hard copy format. The Internet address for ordering plans is: http://ebs-nwo.wes.army.mil. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. Please include the following inforfmation: 1)Name of Firm; 2)Point of Contact; 3)Mailing Address; 4)Street Address for Parcel Delivery Service; 5)Telephone and Fax Phone Numbers with Area Code (FAX numbers are mandatory to ensure the receipt of any amendments th at may be faxed. Contractors, Subcontractors and suppliers shall be responsible to check the internet address for amendments); 6)Level of Participation (Genera l Contractor, Subcontractor, Supplier or Plan Room); and 7)Large Business, Small Business or Small Disadvantaged Business. If any of the information changes during the advertisement period, submit the information fia e-mail to neil.f.herman@usace.army.mil or by written request or FAX. Questions regarding the ordering of the same should be made to 402-221-4119. Telephone calls regarding Small Business matters should be made to 402-221-4110.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00100102-W 20020628/020626213344 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.