Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
SOLICITATION NOTICE

10 -- Powerhouse / Tailwater Road Rehabilitation, Gavins Point Dam, SD

Notice Date
7/14/2006
 
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-06-B-0022
 
Response Due
8/25/2006
 
Archive Date
10/24/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
PROJECT INFORMATION Solicitation No. W9128F 06 B 0022 On or about 25 Jul 2006, this office will issue Invitation for Bids for the construction of Project Road and Campground Rehabilitation, Gavins Point Project, Yankton, SD. Bids will be open ed on or about 25 August 2006. This solicitation is restricted to Hub-Zone Set-Aside. Contractors interested in inspecting the site of the proposed work should contact Bryan Bradley, Gavins Point Project Office, P.O. Box 710, Yankton, SD 57078. Phone Num ber (402) 667-2560 DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Obtaining Solicitation Documents below. _______________________________________________________________________ The work will include the following: (Approx. quantities) The Contractor shall furnish all plant, equipment, material, and labor to perform the construction work as outlined below. The Contractor shall coordinate all work with the Contracting Officer, prior to start of Construction to ensure the minimum amount of disruption of normal traffic flows and other routine work performed by other Contractors and Government Personnel. The Contractor shall have the option to perform this work per guidance set f orth in the SDDOT Standard Specifications for Roads and Bridges. a. South Access, Powerhouse Entrance, and Switchyard Roads. Per Specification Section 02572A, mill existing 3 asphalt pavement, transport, and stockpile at designated site located near the Outside Maintenance facility. Existing base course materi al shall be scarified, re-compacted, and re-graded. b. Embankment crest road, ramp road, and adjacent parking lots. Install single bituminous surface treatment. c. Overlook C Road. Install flush seal on entire road way and parking area. d. Campground Road and Camp Pads. Mill existing road and camp pad designated for removal, windrow or stockpile milled material to be incorporated into new road, scarify and blend millings into new road per alignment as shown on the drawings. Instal l new camp pads and extend existing pads per drawings. The exact location and alignment for road and camp pads will be determined in the field. e. All Other Work shall include mobilization of equipment and material, subgrade/basecourse shaping and compaction, required material and construction testing, excavation, and/or any miscellaneous material and work required. The estimated construction cost of this project is between $250,000 and $500,000. _______________________________________________________________________ Contractor's Quality Control will be a requirement in this contract. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 60 calendar days after receipt of Notice to Proceed. Provisions will be incl uded for liquidated damages in case of failure to complete the work i n 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. Bidde rs (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 o f submission or u pdate to ORCA. Obtaining Solicitation Documents: This office will no longer send copies (paper or CDS) of amendments and solicitations to interested parties. Solicitation documents will be posted on Federal Technical Data Solutions (Fe dTeDS). FedTeDS is a web-based dissemination tool designed to safeg uard acquisition-related information. When solicitation documents have been issued and posted to FedTeDs, synopsis or pre-solicitation notice will be amended and a link provided to access FedTeDS*. The process to download from FedTeDS is: 1. Find solicita tion announcement in Fed Biz Opps (www.fbo.gov) 2. *Once you open the bid announcement on Fed Biz Opps, there will be a link to the solicitation on FedTeDS in the remarks section. Click on the link. 3. If you are a first time user, you will have to re gister** (see info included below); if not log in and open the solicitation. 4. Once you have the solicitation open, you can begin downloading the various files to your location. **Registration instructions can be found on the FedTeDS website (https://ww w.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contractor Registration Process option. The information lis ted below is required to register. 1. Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) 2. DUNS Number or CAGE code 3. Telephone Number 4. E-Mail address Questions regarding the ordering of the same should be made to: 402 221 4267. Telephone calls regarding Small Business matters should be m ade to: 402 221 4110. Telephone calls on contents of drawings and specifications should be made to the Project Manag er at: (402) 221 - 4136 or Specification Section at: (402) 221 4411. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-C 1 06 South 15th Street Omaha, NE 68102 1618
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01089632-W 20060716/060714221509 (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.