Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
MODIFICATION

Y -- RECOVERY - Roseburg Recreation Area Toilet Buildings

Notice Date
7/2/2009
 
Notice Type
Modification/Amendment
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of the Interior, Bureau of Land Management, Oregon Region, L OR-STATE OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
 
ZIP Code
00000
 
Solicitation Number
L09PS00839
 
Response Due
7/24/2009
 
Archive Date
8/23/2009
 
Point of Contact
Bert Ullrey, 503-808-6230, wullrey@blm.gov<br />
 
E-Mail Address
Bert Ullrey
(wullrey@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - This procurement is being funded via the American Recovery and Reinvestment Act of 2009 (ARRA). PROJECT INFORMATION: The Roseburg District Office of the Bureau of Land Management requires the labor, equipment, supplies, and materials to install five precast concrete restrooms in five different trailheads, campgrounds, and day-use areas in the Roseburg vicinity. Work will include, but is not limited to; (1) turn-key installation of all five restrooms, including the demolition of the existing toilet structure at each site; (2) the hauling off site of the existing waste material and the proper disposal of the waste material at the Roseburg Landfill; (3) the cleanup and site preparation for the installation of the new facility; (4) crane placement of the new prefabricated buildings; and (5) the finishing work including final cleanup and ground preparation. Installation sites are as follows: Wolf Creek Trailhead, Swiftwater Trailhead, Swiftwater Day-use Area, Susan Creek Day-use Area, and the Millpond Campground. The corresponding NAICS Code for this contract is 238120, Concrete Product Installation (e.g., structural precast, structural pre-stressed). This project is priced between $250,000.00 and $500,000.00. The estimated start work date is August 19, 2009. Bonds are required - Bid Bond: 20%; Performance Bond: 100%; and Payment Bond: 100%. This solicitation will be posted electronically at www.FedConnect.net (paper copies are no longer available). THE ESTIMATED ISSUE/POSTING DATE OF THE FULL, DETAILED, SOLICITATION IS ON OR ABOUT JULY 16, 2009. All responsible sources may submit an offer which will be considered. Full or partial funding for requirements to be completed by resultant contract award(s) may utilize funds provided by the American Recovery and Reinvestment Act of 2009. Inclusion of unique provisions required to implement the Act, including those for significant reporting and transparency requirements by the successful offeror(s), will be required in any resultant contract. The Awardee will be subject to Section 1512(c) of the Recovery Act which requires each contractor to report on its use of Recovery Act funds under the awarded contract. These reports will be made available to the public.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L09PS00839/listing.html)
 
Record
SN01864501-W 20090704/090703000733-e9b1dde3a42cda60d4e618ccd8a2146b (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.