Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

Y -- IDCC Road Rehab - Gavins Point, South Dakota

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer, Omaha District - Civil, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACW45-03-B-0018
 
Response Due
7/17/2003
 
Archive Date
9/15/2003
 
Point of Contact
Polina Poluektova, 4022213705
 
E-Mail Address
Email your questions to US Army Corps of Engineer, Omaha District - Civil
(Polina.A.Poluektova@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Description: On or about 17 June 2003, this office will issue Invitation for Bids for the Indefinite Delivery Construction Contract (IDCC) for Roads, Gavins Point Project, Yankton, SD and Fort Randall Project, Pickstown, SD. Bids will be opened on or about 17 July 2003 . This solicitation is unrestricted and open to both large and small business participation. Contractors interested in inspecting the site of the proposed work should contact Bryan Bradley, Gavins Point Project, Yankton, SD (402) 667-7873 ext. 2560 and/or Ken Swanda, Fort Randall Project, Pickstown, SD (605) 487-7845 ext. 3006 DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Ordering below. The work will include the following: (Approx. quantities). Project co nsists of bituminous overlays of roads and parking lots, various bituminous surface treatments, crack sealing, asphalt patching including placement of aggregate base courses, placement of concrete pavements, curb and gutter, salvage and milling of asphalt and concrete pavements and the purchase and placement/or stockpiling of riprap. The total amount of work not to exceed 1,000,000 in a two year period. Contractor's Quality Control will be a requirement in this contract. This is an indefinite quantity contr act for rehabilitation of roads effective from the date of award through 30 September 2003, with one option year. The Contractor will be required to commence work immediately after Notice to Proceed on each delivery order. Each delivery order will be issue d with a time of completion. Provisions will be included for liquidated damages for each delivery order in case of failure to complete the work in the time allowed. Performance and payment bonds will be required for each individual delivery order. Large bu siness concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers consid ers the following goals reasonable and achievable for fiscal year 2003: (a) Small Business: 57.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.9% of planned subcontracting dollars*. (c) Women Owned Small Business: 8.1% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 3.0% of planned subcontracting dollars*. (e) Hubzones: 3.0% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. Provisions will be included for liquidated damages i n case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. The plans and specifications are ava ilable on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view a nd/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/ Ordering of plans and specifications on CD-ROM shall be by registering on the Omaha District website: 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. If any of the information changes during the advertisement period, you must make changes through the Omaha District web address. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions regarding the ordering of the same should be made to: 402-221-3705. Telephone calls regarding Small Business matters should be made to : 402-221-4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: (402)221-4136 or Specificati on Section at: (402)221-4411.
 
Place of Performance
Address: US Army Corps of Engineer, Omaha District - Civil 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00340935-W 20030607/030605213543 (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  © 1994-2020, Loren Data Corp.