Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
SOLICITATION NOTICE

F -- Trailhead Construction

Notice Date
5/3/2010
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Agriculture, Forest Service, EROC Intermountain, 740 Simms Street, Golden, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
AG-82B1-S-10-0375
 
Point of Contact
Joseph Wingfield, Phone: 3032755074, Carolyn J Lippire, Phone: (801) 975-3444
 
E-Mail Address
jwingfield@fs.fed.us, jlippire@fs.fed.us
(jwingfield@fs.fed.us, jlippire@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS CONTRACTING ACTION IS BEING OFFERED UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT. (a)- Description of Work. Construct 6 Trailheads as shown in the plans and described in the specifications. Work includes Surveying, Clearing and Grubbing Excavation, minor aggregate courses, culvert installation, recreation structure installation and seeding. There are three additive bid items; road work at Swisher Trailhead, and reconstruction of Blacktail and Deep Creek Trailheads. The additive items will be awarded as funding is available. (b)- Project Locations. 1.Swisher Lake Trailhead is located in the north west corner of Montana, identified as Township 37 North, Range 27 West, Section 21. 2.Blacktail Trailhead is located in the north west corner of Montana, identified as Township 37 North, Range 26 West, Section 5. 3.Foundation Camp Trailhead is located in the north west corner of Montana, identified as Township 37 North, Range 24 West, Section 30. 4.Krinklehorn Trailhead is located in the north west corner of Montana, identified as Township 36 North, Range 25 West, Section 27. 5.Deep Creek Trailhead is located in the north west corner of Montana, identified as Township 37 North, Range 25 West, Section 30. 6.Sunday Falls Trailhead is located in the north west corner of Montana, identified as Township 33 North, Range 24 West, Section 18. No formal pre-proposal site visit will be conducted but offerors are encouraged to visit the site. Offerors are also encouraged to review Federal Acquisition Regulation (FAR) provision 52.237-1, Site Visit (Apr 1984). Failure of the Contractor to ascertain the nature, location, and conditions which affect the work will not relieve the contractor from the responsibility for successfully performing the work without additional expense to the Government. For additional information regarding the site, contact Chuck Gondeior at 406-296-7115. Payment bond will be required. Davis Bacon wage rates will apply. It is estimated that work will begin around August 1, 2010. All work must be completed by July 1, 2011. The project cost estimate at less than $100,000. Safety & Camping. If the Contractor anticipates camping within or adjacent to the project area, it shall obtain and comply with the requirements of a District Camping Permit. All responsible small businesses may submit a proposal which will be considered by the Government. In accordance with FAR 4.1102(a), prospective contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Lack of registration in the CCR on part of the offeror will render a proposal ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 888-227-2423 or via the Internet at http://www.ccr.gov//. The solicitation package is anticipated to be available electronically on or about May 18, 2010 with an anticipated closing date of June 7, 2010. NOTE: THIS PRE-SOLICITATION HAS A DUE DATE THAT IS FOR PLANNING PURPOSES ONLY. THE OFFICIAL DUE DATE WILL BE INDICATED IN THE REQUEST FOR PROPOSAL. ARRA Requirement: The Awardee will be subject to Section 1512(c) of the American Recovery and Reinvestment Act which requires each contractor to report on its use of Recovery Funds under the awarded contract. These reports will be made available to the public. PLEASE DO NOT CONTACT THE GOVERNMENT PRIOR TO SEEING AND REVIEWING THE REQUEST FOR PROPOSAL. Other pertinent information: NAICS: 237990 “Trail construction” Size Standard: $33.5M 100% Small Business Set Aside FP-03 “Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects”. The requirements contained in these Specifications are hereby made a part of this solicitation and any resultant contract. FSC: F999 Other Environmental Services/Studies/Supplies Solicitation number: AG-82B1-S-10-0375
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/be114dc0e11416d0ba37c72786ac4050)
 
Place of Performance
Address: See Description, United States
 
Record
SN02138611-W 20100505/100503234706-be114dc0e11416d0ba37c72786ac4050 (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.