Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
SOLICITATION NOTICE

Y -- RECOVERY -- REPAIR AND RESTORATION ON ROADS LOCATED AT (14) TRIBAL RESERVATIONS IN SAN DIEGO AND RIVERSIDE COUNTIES, CA.

Notice Date
2/24/2010
 
Notice Type
Presolicitation
 
Contracting Office
BIA - Pacific Regional Office 2800 Cottage Way, Rm W-2820 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
RA001310007
 
Response Due
4/12/2010
 
Archive Date
2/24/2011
 
Point of Contact
Jodi Zachary Contract Specialist 9169786025 jodi.zachary@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY ACT -- This notice is released to announce the Bureau of Indian Affairs, Pacific Regional Office, intent to award a firm-fixed price Road Repair and Restoration construction project. The Contractor shall furnish all labor and equipment to perform asphalt pavement crack and joint sealing; single-source surface treatment; sloping, shaping and finishing of earth surface roads on roads at the following listed Indian reservations in San Diego and Riverside County: Barona, Cabazon Band, Cahuilla, Ewiiaapaayp, La Jolla, Manzanita, Mesa Grande, Pala, Rincon, San Pasqual Band, Santa Rosa, Santa Ysabel, Torres Martinez and Viejas (Baron Long). The total length of all projects is approximately (55) miles. This project will utilize the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-03) except where indicated otherwise in the solicitation. A copy of this document may be found at http://flh.fhwa.dot.gov The Bureau of Indian Affairs, Pacific Regional Office, requires a firm fixed-price construction contract, and the procurement method is Sealed Bid Procedures, FAR Part 14 and 36. This solicitation will be unrestricted and offered based on Full and Open Competition. The estimated dollar value of this procurement is between $250,000 and $500,000. The Period of Performance is (60) calendar days. Liquidated damages will be assed in the amount of $500.00 per day. No work shall begin before receiving a notice to proceed from the contracting officer which must be prior to June 1, 2010. This solicitation is funded by American Recovery and Reinvestment Act of 2009 (ARRA), Public Law 111-5; and the contractor shall comply with ARRA statute and all applicable laws, regulations, provisions, policies, procedures, reporting and clauses, including but not limited to meeting the requirements of Sec. 1512 of the ARRA and other accountability and transparency conditions. Please note that this is only an announcement for upcoming solicitation. There is no solicitation packet available at this time. The anticipated release of Invitation for Bid (IFB) No. RA001310007 is March 12, 2010. A Pre-bid meeting for this project WILL NOT be held. The contractor is responsible to verify site conditions. Bidders are urged and expected to inspect the site where the work will be performed and submit all commercial and technical questions (10) calendar days before the bid opening date to Jodi Zachary at jodi.zachary@bia.gov. A BIA representative will be on site during performance to direct contractor where exact work will take place. All interested firms shall submit a written request for a solicitation package, referencing IFB # RA001310007, via mail to DOI/BIA, Pacific Regional Office, Attn: Jodi R. Zachary - Contracts, 2800 Cottage Way, Room W2820, Sacramento, CA 95825 OR via email at jodi.zachary@bia.gov OR faxed to (916) 978-6129. Telephone requests to obtain the solicitation package will not be accepted. Contractors shall confirm requests were received. All offerors are required to check FedBizOpps.gov frequently to be notified of any changes to this solicitation. Issuance of the solicitation is projected to be on or about March 12, 2010, with a projected bid due date of April 12, 2010. These dates are subject to change in the issued solicitation. Bid guarantee of 20% is required with your bid package. 100% Performance and Payment Bonds, and Certificate of Insurance are required upon award. The successful bidder will be required to attend a pre-construction conference in Sacramento, CA. 10% will be retained from each progress payment made & paid upon completion. This project is classified under NAICS Code 237310 and has a size standard of $33.5 Million. Submit bid packages to the following address: BIA, Pacific Regional Office, Division of Acquisition, Attn: Jodi Zachary, 2800 Cottage Way, Room W2820, Sacramento, CA 95825. The anticipated Bid Opening date is April 13, 2010 at 10:00 a.m. (local time), at the aforementioned address. Contractor's may attend at their own expense. All responsive bids from responsible bidders will be considered. Contract award will be made to the lowest responsive and responsible bidder. Contractors must be registered in the Central Contractor Registration (CCR) in order to receive awards from the Federal Government. To register or to learn more about the CCR, go to www.ccr.gov. This is a notice in accordance with FAR 5.2. The Government is in no way obligated to do business with or to enter into in any form of contract with any person, firm or other entity that receives this inquiry.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001310007/listing.html)
 
Place of Performance
Address: SAN DIEGO AND RIVERSIDE COUNTIES, CA
Zip Code: 95825
 
Record
SN02073177-W 20100226/100224234525-96763eceb506824fbf7a29c56a415ccb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.