Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
MODIFICATION

Z -- Construct Environmental Privacy Fence

Notice Date
9/6/2006
 
Notice Type
Modification
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
AG-5114-S-06-1500
 
Response Due
9/13/2006
 
Archive Date
9/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
BID OPENING DATE IS EXTENDED UNTIL SEPTEMBER 13, 2006. ALL BIDS ARE DUE BY 2:00 PM CENTRAL TIME ON SEPTEMBER 13, 2006. The U. S. Department of Agriculture, Agricultural Research Service, Midwest Area, has a project entitled "Construct Environmental Privacy Fence" at the Dairy Forage Research Center Farm (DFRCF) in Prairie du Sac, WI. The work is comprised of a native plant restoration that includes preparing the project area for seeding, removal and control of invasive, non-native species, and seeding of mesic and short grass prairie, savanna species, and native plants selected for storm water management and storm water control areas. Two storm water control structures designed to slow the runoff onto adjacent property will be constructed by excavating portions of the project area and constructing earthen and rip rap berms with corrugated metal pipe for release of the control structures. These structures will be wrapped with erosion matting and seeded with native plants. Options will include the planting of native savanna trees and shrubs of varying sizes along the southern property line. The period of performance is 90 calendar days after receipt of Notice to Proceed (NTP). The Magnitude of Construction is estimated between $25,000 to 100,000. SET-ASIDE: This acquisition is subject to a Cascading Set-Aside and evaluation procedures. All potential offerors may submit a proposal for this acquisition. However, set-aside procedures will be used in evaluating offers for an award. Evaluation for award will be conducted in the following set-aside order: 1) Service-Disabled Veteran Owned Small Business Concerns, 2) HubZone Small Business Concerns, 3) 8(a) Small Business Concerns, and 4) All Small Business Concerns. In the event two (2) competitive offers are not received from Service-Disabled Veteran Owned Small Business Concerns, or if one offer is received from a Service-Disabled Veteran-Owned Small Business and cannot be awarded at a fair market price, the Contracting Officer will then evaluate offers received from HubZone Small Business Concerns. In the event two (2) competitive offers are not received from HubZone Small Business Concerns, or if one offer is received from a HubZone Small Business Concern and cannot be awarded at a fair market price, the Contracting Officer will then evaluate offers received from 8(a) Small Business Concerns. In the event two (2) competitive offers are not received from 8(a) Small Business Concerns, or if one offer is received from an 8(a) Small Business Concern and cannot be awarded at a fair market price, the Contracting Officer will then evaluate offers received from all other Small Business Concerns. The NAICS code is 238990 and the annual size standard is 13 million. This is an Invitation for Bid (IFB) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-11. Solicitation No. AG-5114-S-06-1500 is scheduled for uploading on or about August 9, 2006. The solicitation will be posted on the FedBizOpps website at www.fedbizopps.gov. No paper copies of the solicitation will be issued. It is the responsibility of the contractor to check the website for the solicitation, as well as any amendments that may arise. All responsible and qualified sources may submit a bid that will be considered by the agency. A pre-bid site visit will be scheduled and information provided in the solicitation package. This will be the only opportunity to visit the job site prior to submission of bid. Sealed bids will be due by 2:00 PM on September 13, 2006. A firm-fixed price contract will be awarded to the responsible offeror who submits the lowest bid.
 
Place of Performance
Address: USDA, ARS, MWA, US Dairy Forage Research Center Farm, Prairie du Sac, WI
Zip Code: 53578
Country: UNITED STATES
 
Record
SN01134639-W 20060908/060906220232 (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.