Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2005 FBO #1264
SOLICITATION NOTICE

Y -- IDCC Road Rehab For Big Bend-Lake Sharpe, SD

Notice Date
5/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-05-B-0007
 
Response Due
6/24/2005
 
Archive Date
8/23/2005
 
Small Business Set-Aside
Total HUB-Zone
 
Description
On or about 25 May 2005, this office will issue Invitation for Bids for the construction of IDCC Road Rehab For Big Bend-Lake Sharpe, SD. Bids will be opened on or about 24 June 2005. This project is set-aside under the Historically Underutilized B usiness Zone (HUBZone) Program. To be considered for award, successful bidder must be a certified HUBZone contractor. Status as a qualified HUBZone small business concern is determined by the Small Business Administration (SBA) in accordance with 13 CFR part 126. If the SBA determines that a concern is a qualified HUBZone small business concern, it will issue a certification 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: Dave Kane or Mike Trumm, Big Bend Project, U.S. Army Corps of Engineers, HC 69, Box 74, Chamberlain, South Dakota 57325, (mailing address) Telephone (605) 245 2255. FAX (60 5) 245-2555. 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) Work consists of supplying materials and labor for rehabilitation of roads located in the Big Bend-Lake Sharpe area. Work and materials for reconditioning and resurfacing roads includes grading; seeding of disturbed areas; topsoil; gravel surfacing; granu lar sand; aggregate base course; concrete for roads, curb and gutter, and boat ramps; bituminous pavement; striping for roads, shoulder, centerline, and parking areas, cold milling pavements; and sealing. Minimum amount awarded until 30 Sep 05 is $10,000 and a maximum amount of $250,000. For the option year (01 Oct 2005 until 30 Sep 2006) the minimum amount awarded is $10,000 and a maximum amount of $250,000. _______________________________________________________________________________ Contractor's Quality Control will be a requirement in this contract. This is an indefinite quantity contract for rehabilitation of roads effective from the date of award through 30 September 2005, with one option year. The Contractor will be required to commence work immediately after Notice to Proceed on each delivery ord er. Each delivery order will be issued 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. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.b pn.gov. Representations and certifications are required to updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or u pdate to ORCA. The plans and specifications are available 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 and/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 l ink for Registering. If any of the information changes during the ad vertisement 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 4001. 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 - 3056 or Specification Section at: (402) 2 21 4411.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00804974-W 20050513/050511212509 (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.