Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOLICITATION NOTICE

Z -- RECOVERY - Construction Services to Repair Hurricane Omar Damages for the Buck Island Reef National Monument.

Notice Date
2/25/2010
 
Notice Type
Presolicitation
 
Contracting Office
SER - National Park Service Contracting & Property Mgt.100 Alabama St., SW Atlanta GA 30303
 
ZIP Code
30303
 
Solicitation Number
N5370100001
 
Response Due
5/3/2010
 
Archive Date
2/25/2011
 
Point of Contact
Laurie N. Chestnut Contract Specialist 4045075745 laurie_chestnut@nps.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
Competitive 8(a)
 
Description
RECOVERY - - TAS::14 1035::TAS RECOVERY BUIS PMIS #152844 - CONSTRUCTION SERVICES TO REPAIR HURRICANE OMAR DAMAGES INCLUDING - Remove debris from the shoreline, the U. S. Coast Guard (USCG) trail, and the hiking trail system; replace the damaged pier and the turtle nesting area markers and rain gauges. At the Diedrich Picnic Building-replace roof and gutters and repair door; remove downed trees, replace grills, and repair and clean underwater markers. At the Dedrich Comfort Station-replace roof and reattach door at rear of comfort station. THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER THE SMALL BUSINESS ADMINISTRATION 8(A) PROGRAM PURSUANT TO FAR SUBPART 19.8. The anticipated NAICS for this procurement is 238990 with a size standard of $14 million. The magnitude of the price range for this work is between $500,000.00 - $1,000,000.00. In accordance with FAR 19.702(b), a subcontracting plan is not required. However, contractors will be required to submit a list of proposed subcontractors demonstrating to the fullest extent practical use of local, small, small disadvantanged and minority owned businesses. The solicitation will be available on or about April 1, 2010. All inquiries must be made within the time frame specified in the solicitation, usally not more than 15 calendar days from the date of issuance of the solicitation; and must be made in writing either by mail or email. The email address is laurie_chestnut@nps.gov. Telephone calls will NOT be accepted. A site visit will be held. The date and time will be provided in the solicitation. Contractors are responsible for inspecting the site and making sure their level or understanding of the requirements are complete. The site visit will be at the contractor's expense. The goverment intends to make award without discussion. Thus, contractors are strongly encouraged to submit their best price initially. The government does, however, reserve the right to open discussions as it deems necessary in obtaining the best value. This project is being done under the American Recovery & Reinvestment Act. Contractors are advised that the awardee will be subject to reporting requirements in accordance with the American Recovery & Reinvestment Act and FAR 52.204-11. Failure to adhere to the reporting requirements may result in contract termination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N5370100001/listing.html)
 
Place of Performance
Address: St. Croix, VI
Zip Code: 008210160
 
Record
SN02077345-W 20100227/100226095610-2782c569d0abaf0d3a9eefeeea27bab5 (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.