Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

Y -- Approx. 3,061 linear feet Concrete Trail Sidewalk

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
R4 Contracting and Grant Services Division U.S. Fish and Wildlife Services 1875 Century Blvd. Suite 310 Atlanta GA 30345
 
ZIP Code
30345
 
Solicitation Number
401817Q170
 
Response Due
8/13/2007
 
Archive Date
7/10/2008
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services and items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation # 401817Q170 is issued as a request for quotation. The solicitation is being conducted under Simplified Acquisition Procedures. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-15. The associated NAICS code is 237310 and the small business size standard is $21.5 million. Work included under this invitation consists of supplying all materials, labor, supervision and equipment in the completion of a concrete sidewalk type trail at Black Bayou Lake National Wildlife Refuge. Item No. 1: Construct Concrete Sidewalk type Trail. 3,061 linear feet Concrete Trail Sidewalk. 5 foot wide x 4 inches thick) through existing arboretum and prairie demonstration area at Black Bayou Lake NWR. Cement shall be Portland cement conforming to ASTM C 150, 3000 psi 28-day compressive strength. 1. Furnish and install the formwork and supports along the trail alignment and base that has been prepared by the Refuge workforce. The formwork shall be constructed to provide a smooth curved trail pathway as directed by the Refuge staff. No sharp angle turns will be allowed. 2. Furnish, transport and install Portland cement concrete for the trail. 3. Furnish and install green tint in the concrete mixture in order to blend in with the surroundings. 4. Furnish and install steel welded wire fabric reinforcing, (6x6-W1.4xW1.4 mesh) in the concrete. 5. Furnish and install six (6) drainage slots along the concrete trail. Each drainage slot will be 6 inches wide and covered by an 8 inch wide by ? inch thick hot dipped galvanized plate. The top of the galvanized plate will be installed flush with the concrete walking surface to prevent any tripping hazard. The location of each drainage slot will be set by the Refuge staff. 6. Furnish and install expansion joints every 30 feet, and crack control joints every 6 feet. 7. Furnish and install a broom finish on the walking surface. The following provisions apply to this acquisition: Federal Acquisition Regulation FAR 52.212-1, Instruction to Offerors--Commercial items. FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation. FAR 52.212-2, Evaluation, Commercial Items: The government will evaluate quotes in response to this request and award a purchase order/contract to the responsible bidder whose offer conforms to this request and will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). Offerors are to include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications, Commercial Items. The following clauses are applicable to this acquisition: FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items. The following FAR clauses within the aforementioned clause apply: 52.203-6, 52.2 19-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. LEGAL OBLIGATIONS - The contractor shall be responsible for the observance of law ordinances, statutes and regulations pertaining to the hauling of gravel products. RULES AND REGULATIONS - The contractor shall conduct work in the conformance with such appropriate Refuge regulations as the Manager may prescribe, and shall also conduct the operation as not to interfere with or endanger the ordinary use of structures, roads, utilities, and other Refuge facilities. Equipment operations and materials shall be confined to the limits defined by the U.S. Fish and Wildlife Service. Special attention should be given to the protection of facilities, wildlife and vegetation adjacent to the work areas. The work site is located on the Black Bayou Lake National Wildlife Refuge, on Richland Drive off Hwy 165, Monroe LA. Quotes to be submitted to Fish and Wildlife Service, Contracting Office (Attn Victor Bowman), 1875 Century Blvd, Suite 310, Atlanta GA 30345, no later than 3:00 p.m. Eastern Standard Time, August 13, 2007. Fax or email transmissions of quotes shall be accepted, fax no. 404-679-4057, email (victor_bowman@fws.gov). In order to receive the award, vendor must be registered at http://www.ccr.gov and at http://ideasec.nbc.gov and https://orca.bpn.gov/. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation. The point of contact for this acquisition is Contract Specialist Victor Bowman, Tel. 404-679-4061. Please send all questions regarding this request through email to victor_bowman@fws.gov or calvin_fogle@fws.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144854&objId=254437)
 
Place of Performance
Address: Black Bayou Lake NWR, Monroe, LA
Zip Code: 712415536
Country: USA
 
Record
SN01339653-W 20070713/070711224521 (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.