Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
MODIFICATION

Z -- Amendment to change TitleRECOVERY: Lead Abatement/Exterior Painting for 47 Structures. TAS::14 1041::TAS RECOVERY PMIS# 130055, 140864, 140866,14188, 141844, 9544

Notice Date
3/3/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
MWR - Administration 601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
I6620100021
 
Response Due
4/9/2010
 
Archive Date
3/3/2011
 
Point of Contact
Diana Vanderzanden Contracting Officer 4026611660 Diana_vanderzanden@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
N/A
 
Description
RECOVERY - THIS CONTRACTING ACTION IS BEING OFFERED UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA). PROJECT TITLE:RECOVERY: Lead Abatement/Exterior Painting for 47 Structures at Sleeping Bear Dunes National Lakeshore. Empire, Michigan. TAS::14 1041::TAS RECOVERY PMIS#130055, 140864, 140866, 14188, 141844, 9544 RECOVERY - This is a presolicitation notice to announce that the Department of Interior, National Park Service, Omaha Regional Office intends to issue an Invitation for Bid for Prep, Prime and Paint 47 Exterior Structures at Sleeping Bear Dunes National Lakeshore. Empire, Michigan. The work will include all labor, tools, materials, and equipment necessary to complete the exterior painting of forty seven structures in Sleeping Bear Dunes National Lakeshore, Empire, Michigan. The estimated height of the highest structure is 30 feet. LEAD ABATEMENT IN MICHIGAN: All parties submitting a Bid will have the appropriate certifications for Lead Abatement as per the Michigan Laws on Lead Abatement. Certification/s will be provided at time of confirmation of award. IFB ISSUANCE DATE: The anticipated issuance date of the IFB is on or about 9 March 2010 (subject to change) with an anticipated closing date of April 09, 2010. The anticipated period of performance is 180 calendar days after receipt of the Notice to Proceed. Note: There will not be a public bid opening for this requirement. The RFP will be posted and available for download at the National Business Center (http://ideasec.nbc.gov) on or about March 10, 2010. In addition, general information and links to the solicitation will be provided at the Federal Business Opportunities website (www.fbo.gov). Any amendments issued to the solicitation will also be available at the websites mentioned above. NO HARD COPY DOCUMENTS WILL BE ISSUED. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $250,000 and $500,000. The applicable NAICS code for this action is 238320 the Small Business Size Standard for this NAICS is $14 Million. In accordance with FAR 19.10 and agency supplements, this project will utilize full and open competition procedures pursuant to the Small Business Competitiveness Demonstration Program. This project is subject to the Davis-Bacon Act. Bonds will be required as follows: Bid Guarantee - 20% of the contract price. Payment and Performance bonds - 100% of the contract price.Be advised that this requirement may be delayed, cancelled, or revised at any time during process based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes. THIS CONTRACTING ACTION IS BEING OFFERED AS FULL AND OPEN COMPETITION. ARRA REQUIREMENT: The awardee will be subject to Section 1512(c) of the American Recovery and Reinvestment Act which requires contractors to report on use of Recovery funds under the awarded contract. These reports will be made available to the public. CENTRAL CONTRACTOR REGISTRATION INFORMATION: To be eligible for a government contract, contractors must be registered in the Central Contractor Registration (CCR) government system prior to award. The link for the CCR can be found at http://www.ccr.gov. We advise potential bidders to begin the registration process when they prepare their proposal to ensure the registration in the CCR database is complete and in-place should they be selected for award (see FAR Subpart 4.11). ONLINE REPRESENTATIONS &CERTIFICATIONS APPLICATION (ORCA): Prospective contractors shall complete the electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration database (see FAR Subpart 4.12) Please consult the list of document viewers if you cannot open a file.Solicitation Type: Request for Proposal Solicitation Posted Date: February 23, 2010 Description: RECOVERY: Lead Abatement/Exterior Painting for 47 Structures as per specifications. Contracting Office Address: MWRO - OMAHA Regional Office, 601 Riverfront Drive, Omaha, NE 68102 Place of Performance: Department of the Interior, Sleeping Bear Dunes National Lakeshore. Empire, Michigan USA Point of Contact(s): Diana Vanderzanden Contract Specialist Phone: 4026611660 FAX 402-661-1661Email: Diana_Vanderzanden@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/I6620100021/listing.html)
 
Place of Performance
Address: Sleeping Bear Dunes National Lakeshore, Empire, Michigan
Zip Code: 49630
 
Record
SN02081313-W 20100305/100303234349-84cf2a7485d3cb0df1247958464b085a (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.