Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
MODIFICATION

Y -- Asphalt Paving or Driveway and and Parking Lot for McNary NWR - Burbank, WA

Notice Date
7/28/2016
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F16PS00826
 
Response Due
8/26/2016
 
Archive Date
9/10/2016
 
Point of Contact
Stearns, Michael
 
Small Business Set-Aside
Total Small Business
 
Description
GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) - Contracting and General Services (CGS) Region 1, located at 911 NE 11th Avenue; Portland, OR 97232, is issuing a Pre-Solicitation Notice for Asphalt Paving of Driveway and Parking Lot for McNary National Wildlife Refuge (NWR) - Burbank, WA. The estimated area of the driveway and parking area is 5,720 ft2. Pursuant to FAR 28.102-1(b) and FAR Clauses 52.223-13 and 52.228-14, contractors will be required to submit payment protection is their quote exceeds $35,000 but is less than $150,000. Additional information will be provided at the time of award. In accordance with FAR 36.204, the disclosure of the magnitude of construction is between $25,000 and $100,000. THE WORK CONSISTS OF: - The contractor shall conduct subgrade preparation for the site. Preparation is inclusive of clearing, leveling and compacting of the subgrade. Compaction shall be at 95% of the reference maximum density. - Contractor shall apply soil sterilant to the native ground material. Applicator shall be licensed for use in the State of Washington. - Contractor shall haul, place and compact 6-inch base rock for the paved area. Base rock shall have 4-foot shoulders. Base course shall be composed of 1-1/4-inch crushed rock. Compaction shall be at 95% of the reference maximum density. - Contractor shall haul and place asphalt with an average depth of 2-inch. EVALUATION: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: To be considered responsive, offerors shall submit the following with their quote: Offerors shall provide documentation on at least two (2) projects involving asphalt entranceway and/or parking lot paving. Each project shall have had at least 5,000 ft2 in asphalt paving and shall have been completed within the past five (5) years or be currently ongoing (but at least 25% complete). Documentation shall include the following: - Contract Number; - Contract Title; - Contract Location; - Contract Type (Firm-Fixed-Price or Other (Please Specify)); - Worked as the Prime Contractor, Subcontractor or Other (Please Explain); and - Briefly describe the contract and how it is relevant to the asphalt paving required within the statement of work. DATES, SET-ASIDE INFORMATION AND GOVERNMENT POC: The solicitation, specifications and other attachments will be available for download on FedBizOpps (FBO) (http://www.fbo.gov) on or about July 21, 2016, with an anticipated quote due date of August 22, 2016. In order to view these documents, prospective offerors are required to self-register their firm with FBO (Go to http://www.fbo.gov and Register Now under Vendor / Citizens). Registrants are responsible for the accuracy of the information on the registration list. The anticipated award date will be on or about August 26, 2016. The period of performance of the resulting contract will be approximately from the date of Notice to Proceed to October 30, 2016. This is an 100% small business set-aside procurement. The applicable NAICS code is 237310 (Highway, Street and Bridge Construction) with a small business size standard of $36.5 Million. All responsible sources may submit a quotation which shall be considered by the Government. If you have any questions or are in need of assistance, please contact the Contracting Officer, Mr. Michael Stearns (michael_stearns@fws.gov; 503-736-4469).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F16PS00826/listing.html)
 
Place of Performance
Address: McNary National Wildlife Refuge 695 South Lake Road Burbank WA 99323 USA
Zip Code: 99323
 
Record
SN04199702-W 20160730/160728234747-57c731a87e2e881c8b320cd77dfbc863 (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.