Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

99 -- RECOVERY--99--EMERGENCY ROCK STOCKPILES AT VARIOUS LAKES AND DAMS THROUGHOUT THE U.S. ARMY CORPS OF ENGINEERS, KANSAS CITY DISTRICT

Notice Date
8/26/2009
 
Notice Type
Presolicitation
 
NAICS
212312 — Crushed and Broken Limestone Mining and Quarrying
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-B-1024
 
Response Due
10/9/2009
 
Archive Date
12/8/2009
 
Point of Contact
Carol Hodges, 816-389-3732
 
E-Mail Address
US Army Engineer District, Kansas City
(carol.w.hodges@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
RECOVERY--THIS SOLICITATION NUMBER W912DQ-09-B-1024, replaces W912DQ-09-R-1039. The U.S. Army Corps of Engineers, Kansas City District plans to issue an Invitation for Bid (IFB) for a Firm-Fixed price contract which will provide Emergency Rock Stockpiles at Dam Projects throughout the Kansas City District. THERE MAY BE UP TO 2 AWARDS MADE FROM THIS REQUIREMENT. This project is part of the American Recovery Reinvestment Act (ARRA) of 2009. The Scope of Work (SOW) involves constructing stockpiles of rock and incidental related work at the following lakes and dams: KANSAS: Wilson Lake, Hillsdale Lake, and Clinton Lake. NEBRASKA: Harlan County Lake. MISSOURI: Harry S Truman Lake, Stockton Lake, Smithville Lake. Stockpile materials will consist of large riprap, bedding material, and road aggregate. The riprap must be furnished from a list of approved sources. Incidental work may include establishing or upgrading aggregate surfaced haul roads, stockpile pad areas, clearing/grubbing, and quality control testing. The associated North American Industry Classification System (NAICS) code is 212312- Crushed and Broken Limestone Mining and Quarrying and the small business size standard is $500,000.00. If additional information or questions is required, please contact Carol Hodges at 816-389-3732 or carol.w.hodges@usace.army.mil. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Prior to award, vendors must be actively registered in the Central Contractor Registration (CCR) database to be eligible for an award. Firms can register via the CCR internet site at http://www.ccr.gov. For further questions or concerns regarding CCR, please contact CCR assistance at (888) 277-2423 Monday through Friday from 08:00 to 18:00 (EST). Potential vendors must also complete their online representations and certifications. To do so requires CCR registration, including an MPIN number. Instructions for the Offeror Representations and Certification Application (ORCA) may be obtained, and required information may be entered at http://orca.bpn.gov. The solicitation will be available on or about 10 September 2009. Bids are due on or about 10 October 2009 no later than 2:00 pm (Central Standard Time)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-B-1024/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN01927322-W 20090828/090827000636-4d3daeef33499311d24f840b6bd769dc (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.