Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
MODIFICATION

Y -- Lacassine National Wildlife Refuges Project RRP-LAC 10(1)

Notice Date
7/28/2005
 
Notice Type
Modification
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, VA, 20166
 
ZIP Code
20166
 
Solicitation Number
DTFH71-05-B-00030
 
Response Due
8/2/2005
 
Point of Contact
Martin Harris, Contract Specialist, Phone (703) 404-6211, Fax (571) 434-1551, - John Stinson, Contract Specialist, Phone (703) 404-6215, Fax (571) 434-1551,
 
E-Mail Address
martin.harris@fhwa.dot.gov, john.stinson@fhwa.dot.gov
 
Description
DESCRIPTION Synopsis: Sealed bids from all business concerns will be accepted for Lacassine National Wildlife Refuges Project RRP-LAC 10(1), Solicitation Number DTFH71-05-B-00030. Schedule A of this project consists of widening and resurfacing Routes 100 (Terrace Road), 101 (Tidewater Road), and N. Levee Road. Resurfacing a portion of Illinois Plant road and four visitor parking areas and paving of Route 010 (Nature Road and Cul-de-Sac) are also included. Option 1 of this project consists of reconditioning and resurfacing a portion of Illinois Plant Road. The project is expected to fall within the price range of $ 1,000,000 to 5,000,000. Bid documents should be issued on or about June 29, 2005. Bids will be due on or about August 2, 2005 at the EFLHD in Sterling, Virginia. Annual Representations and Certifications FAR 52.204-8 (Jan 2005). The Representations and Certifications must be filled-in online at http://orca.bpn.gov/. The required Annual Form Vets-100 must also be filled-in online at http://vets100.cudenver.edu/ per FAR 52.222-37. Use internet address http://www2.efl.fhwa.dot.gov/Documents.aspx to check for availability of bid documents. All bid documents can be directly downloaded from this website. Documents will no longer be mailed. Register to receive Email Notification to automatically be notified when a document is added or updated for a specific project. Please send all questions concerning construction projects to eflhd.contracts@fhwa.dot.gov. Include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. Requests for 'faxing' or overnight mailing will not be accepted. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs) The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169. IMPORTANT PAYMENT REQUIREMENT In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in Central Contractor Registration (CCR) database prior to award of a contract. Also FAR clause 52.232-33 requires CCR registration for payment. CCR registration is available on line at the following Internet web address: www.ccr.gov. IMPORTANT SUBCONTRACTING PLANS REQUIREMENT Required from all ?other than Small business? when requirement is expected to exceed $500,000 ($1,000,000 for construction) [FAR 19.702]. Contracting Officer, Contracting Officer Technical Representative, and Small Business Specialist are responsible for approving a reasonable and realistic plan. [FAR 19.705-4] [TAM 1219.201(e)(6)]. Legislated subcontracting goals: 5% Small Disadvantaged Business, 5% Small Women-owned Business Concern, 3% Small Disadvantaged Veteran-owned Small Business. Copy of each subcontracting plan (or contractor statement that no subcontracts are to be awarded) must be provided to Office of Small Disadvantaged Business Utilization prior to close of negotiations, (or notice to proceed with IFB) [TAM 1219.705-5 and -6]. PLEASE NOTE For security reasons, individuals requiring access to the EFLHD must present a valid photo ID and be escorted to their destination by a Government employee. Due to new security provisions, all visitors attending bid openings are urged to arrive at least 1 hour prior to scheduled bid opening. All visitors must register with the receptionist in Room 180. An employee will collect the bids and escort visitors to a waiting room. Prior to bid opening, a Government employee will escort all bidders to the bid opening. Unescorted visitors will be denied entry and no exceptions will be made.
 
Place of Performance
Address: Cameron Parish and Jefferson Davis Parish, Louisiana
Country: U.S.
 
Record
SN00856713-W 20050730/050728212031 (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.