Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOLICITATION NOTICE

99 -- RECOVERY - CHIMNEY ROCK RETAINING WALL REPAIR - SAN JUAN NATIONAL FOREST

Notice Date
6/22/2010
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
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-10-0448
 
Archive Date
8/21/2010
 
Point of Contact
Beverly L Thompson, Phone: 3032755091
 
E-Mail Address
beverlythompson@fs.fed.us
(beverlythompson@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
THIS IS AN AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) PROCUREMENT. The resulting contract will utilize funds provided by the AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) OF 2009. Interested parties are notified that the inclusion of unique provisions required in implementing the Act, including those for significant reporting and transparency, will be required of the successful offeror. This project is to reconstruct/repair approximately 990 square facial feet (sff) of existing stone retaining wall, add 1,208 1f of colored concrete cap (20" x 3") to this wall, add 112 1f of colored concrete cap (24" X 3") to the existing low "seating" wall at the large interpretive area, and construct approximately 5 1f of new retaining wall with stone veneer to match the surrounding wall at the upper parking lot of the Chimney Rock Archeological Area on the San Juan National Forest. This project is located in the Chimney Rock Archeological Area (CRAA) and is approximately 15 miles southwest of Pagosa Springs, Colorado; specifically 3 miles south of US Hwy 160 on State Hwy 151. The project area is locate in portions of Section 17 and 20, T34N, R4W, N.M.P.M. There is not a prebid/conference scheduled for this effort. For additional information please contact Wendy Sutton at (970) 264-1519. The project cost estimate is between $100,000 and $500,000. Performance and payment bonds will be required per the Miller Act and Davis Bacon wage rates will apply. All responsible sources may submit a bid 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 an offeror 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//. All questions should be provided in writing to Beverly Thompson at beverlythompson@fs.fed.us up until 10 days of when Bids are due and all answers will be posed to FBO prior to Bid Submittal date. THIS IS A PRESOLICITATION NOTICE, THE BID PACKAGE WITH SPECIFICATIONS WILL BE POSTED ON FBO.GOV ON OR ABOUT 8 JULY 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c2d07634f8e6b5f09eaffb70cf3874bf)
 
Place of Performance
Address: SAN JUAN NATIONAL FOREST, DURANGO, Colorado, 81301, United States
Zip Code: 81301
 
Record
SN02185285-W 20100624/100623000104-c2d07634f8e6b5f09eaffb70cf3874bf (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.