Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

S -- FLOOD CONTROL CHANNEL & BASIN MAINTENANCE SERVICES

Notice Date
9/5/2008
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, California, 90053-2352
 
ZIP Code
90053-2352
 
Solicitation Number
W912PL-08-B-0007
 
Point of Contact
Patricia B Bonilla,, Phone: 213-452-3255, Julie Ayala,, Phone: 213/452-3241
 
E-Mail Address
Patricia.B.Bonilla@usace.army.mil, julie.ayala@usace.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NO.: W912PL-08-B-0007 PREVIOUSLY ADVERTISED AS RFP W912PL-08-R-0019 Indefinite Delivery Contract Flood Control Channel and Basin Maintenance Services, USACE, Los Angeles District LOCATION: Los Angeles, Riverside and San Bernardino Counties, California Estimated Cost Range is $5,000,000 and $10,000,000. This Procurement will be conducted under FSC CODE: S208, SIC CODE: 7349, NAICS Code: 561730. The size standard for this code is $6.5 Million. All questions should be directed to the Contract Specialist, Patricia Bonilla, at 213/452-3241, FAX: No.: 213/452-4187, e-mail patricia.b.bonilla@usace.army.mil. TYPE OF AWARD: Firm-Fixed Price Indefinite Delivery Service contract Description: Procurement is for proposed contract for work and services in connection with Flood Control Channel and Basin Maintenance Services, U.S. Army Corps of Engineers, Los Angeles District, which covers approximately 50 miles of earthfill and concrete channels within the Los Angeles, Riverside and San Bernardino Counties, California. The proposed contract services include (but are not limited to) the following: Removal and disposal of all manner of debris from the channels, weep holes, side drains, flap gates, storm drains sides and bottom of flood control channel to ensure an unrestricted flow of water; removal dead animals from flood control channels and dam basins, vegetation cutting/pruning removal and disposal along access roads to flood control channels and along banks to channels; policing/trash pick-up flood control channels. Services will be ordered on a task order basis, from a minimum of one month for any one location to a maximum of twelve months (one year)for all locations for any task order, but not to exceed one year of service on any one order. The proposed contract will be for one year base period and 4 option years. The estimated cost range of this proposed contract if all the options are exercised is between $5,000,000 and $10,000,000.00. THIS IS A 100% SMALL BUSINESS SET ASIDE PROCUREMENT. The award of this contract will be made to that responsible, responsive bidder, whose bid conforming to this solicitation will be most advantageous to the Government, considering only price and price-related factors. (Sealed bidding) The anticipated award date is on or about September 30, 2008. ALL OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION, AND/OR FINAL AWARD PROCESS. SOLICITATION AVAILABILITY: Above referenced solicitation and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). The solicitation will be available for download approximately on or about August 22, 2008. Viewing/downloading documents from FBO will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. To register, click on FBO (www.fbo.gov) hyperlink, then select the “Register Now” link. The following information will be required prior to registration: DUNS Number, Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); CAGE Code, e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Important Note: Solicitation documents can be accessed ONLY by using the hyperlink available on FBO. Please note that ALL firms who want to access the solicitation both prospective primes and subs will be required to be registered with FBO and therefore must be CCR-registered, have e a MPIN, and either a DUNS number or CAGE code. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGESTO THE SOLICITATION.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=961822f6e9964d8c0476b5138b514924&tab=core&_cview=1)
 
Place of Performance
Address: Los Angeles, Riverside and San Bernardino Counties, California, United States
 
Record
SN01660538-W 20080907/080905220755-d2d8f59b1bd02a5dd07a17f58db9aeb5 (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.