Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2006 FBO #1605
SOLICITATION NOTICE

Y -- Construction of Goosepond Phase 3 Units 8-16

Notice Date
1/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Indiana State Office, 6013 Lakeside Blvd., Indianapolis, IN, 46278-2933
 
ZIP Code
46278-2933
 
Solicitation Number
AG-52KY-06-s-2002
 
Response Due
3/29/2006
 
Point of Contact
Judith Weber, Contracting Officer, Phone 317-290-3200 x 385, Fax 317-290-3225, - Marla Sparks, Contract Specialist, Phone 317-290-3200, Ext. 330, Fax 317-290-3225,
 
E-Mail Address
judith.weber@in.usda.gov, marla.sparks@in.usda.gov
 
Description
The work will consist of construction activities in nine (9) separate wetland restoration units within an area of approximately 5 square miles. The major items of work include construction of approximately 65,000 linear feet of compacted earth levee with fill heights averaging approximately five (5) feet, provision and installation of eleven (11) aluminum riser pipe structures up to a diameter of sixty (60) inches in size, construction of seven (7) stream channels totaling 19,400 feet in length, removal and installation of culverts on the property, and the excavation and rebuilding of portions of County Road (CR) 200 South (S) and CR 1400 West (W). The construction contract will also include 20,854 linear feet of tile exploration, placement of approximately 1,235 tons of D50= 6 inch size riprap on slopes and in stream plunge pools, temporary seeding or mulching of approximately 130 acres and construction survey for layout and quantity estimation. The duration of the contract is approximately 390 calendar days from the notice to proceed. Any contract resulting from this solicitation will be a firm fixed price contract. This solicitation is issued on a full and open basis. Magnitude of proposed construction is between $1,000,000 and $5,000,000. The North American Industry Classification is 237990 and the size standard is $28,500,000. The solicitation package will be issued as an Invitation for Bid and will be available for downloading from the Federal Business Opportunities web-site at www.fedbizopps.gov on or around February 15, 2006. The site visit and discussions are scheduled to start at 10:00 am local time on Wednesday, March 8, 2006, at the Triple H Gun Club, State Rd 59 S., RR 1, Box 313, Linton, IN 47441. The Triple H Gun Club is 2.5 miles south of the intersection of Hwy 54 & Hwy 59 in Linton, IN on the east side of Hwy 59. Please email the Contracting Officer listed below if you plan on attending the site visit along with the names of your attendees and a contact phone number. Specifications and drawings will be posted at this web site and available for downloading. Notification of any changes to this solicitation (amendments) shall be made only on the internet. It is therefore the contractor's responsibility to check the above listed web address daily for any posted changes to this solicitation. Downloading from the internet is free of charge; however, specifications and drawings may take a considerable amount of time to download. Telephone and fax requests will not be accepted. The closing date is set for March 29, 2006 at 2:00 pm local time at the following address: NRCS, 6013 Lakeside Boulevard, North Conference Room, Indianapolis, IN 46278. A bid bond is required. The requirement for the submission of both performance and payment bonds, in an amount equivalent to 100% of the award price, shall be applicable; therefore, the successful firm shall have the capability to acquire such bonding. If a large business is selected for this contract, the firm must comply with FAR 52.219-9 Alt 1 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The FY06 subcontracting goals for this contract are a minimum of 57.2% of the contractor's intended subcontract amount be placed with small businesses, 10.0% of that to small disadvantaged businesses, 10.0% to woman-owned small businesses, 3.0% to service disabled veteran-owned small business and 3.0% to HUB zone small businesses. The Davis-Bacon Act Wage Determination IN030006 dated 16 Dec 2005 will apply. Telephone and fax inquiries will not be honored. Email all questions to the Contracting Officer, Judith Weber, email Judith.weber@in.usda.gov. ll Contractors must register in the Central Contractor’s Registration database at www.ccr.gov. The CCR Customer Assistance Center can be contacted toll free at: 1-888-227-2423. The first step to registering is to obtain a Data Universal Numbering System (DUNS) number, which is a unique nine-character identification number provided by the commercial company Dun and Bradstreet (D&B). To request a DUNS number call D&B at the toll free number 1-866-705-5711 or register on-line at http://www.dnb.com/ccr/register.html. Obtaining a DUNS number through this process is free of charge. It behooves anyone who is submitting a quote to begin this process as soon as possible since it can take several days to complete. Failure to register by close of business on the third day after notification of possible award by the Contracting Officer, may cause rejection of your offer. Prospective contractors also must complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. (see FAR 4.1102). Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-APR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/NRCS/INSO/AG-52KY-06-s-2002/listing.html)
 
Place of Performance
Address: Greene County, Indiana
 
Record
SN01029764-F 20060419/060417221442 (fbodaily.com)
 
Source
FedBizOpps 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.