Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2003 FBO #0605
SOLICITATION NOTICE

38 -- Construction of Linton Mine and Mill Site Reclamation Project located in Mussoula County Montana

Notice Date
7/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer, Omaha District - Civil, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACW45-03-B-0019
 
Response Due
9/8/2003
 
Archive Date
11/7/2003
 
Point of Contact
Patricia Overgaard, 402 221 3031
 
E-Mail Address
Email your questions to US Army Corps of Engineer, Omaha District - Civil
(Pat.M.Overgaard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA On or about 08 August 2003, this office will issue Invitation for Bids for the construction of Linton Mine and Mill Site Reclamation Project, Missoula County, Montana. Bids will be opened on or about 08 September 2003. This solicitation is unrestricted a nd open to both large and small business participation. Contractors interested in inspecting the site of the proposed work should contact the Ellsworth AFB Resident Engineer, U.S. Army Corps of Engineers, P.O. Box 669, Box Elder, SD 57719, Telephone (605) 923-2558; FAX (605) 923-2558. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Registering. The work will include the following: (Approx. quantities) The work will consist of, but is not necessarily limited to, providing all labor, materials, earthwork, and incidentals necessary to improve existing access roads; relocate underground utilities; excavate, transport and dispose of approximately 135,000 cub ic yards of waste materials in the upper mine/cavern area and a constructed repository; backfill waste excavation areas; reconstruct approximately 1,500 lineal feet of Cramer Creek channel and floodplain; replace an existing culvert with a modular steel br idge; reconstruct approximately 650 lineal feet of a Missoula County Road that traverses the project site; and regrade and revegetate all disturbed areas. The excavated areas at the mine site will be graded, covered with amended cover soil and revegetated (fertilized, seeded, and mulched). The upper mine/cavern area and repository will be capped with 24 inches of cover soil, fertilized and seeded and mulche d. A four-strand barbed wire fence will be constructed around the perimeter of the reclaimed areas and repository. In addition, temporary roads will be improved or completely constructed to provide access to the work areas. All temporary roads will be obliterated and reclaimed immediately after the completion of construction activities. Work under this Contract is located in Missoula County, approximately eight air miles east of Clinton, Montana. The project area is within the Cramer Creek floodplain, which drains into the Clark Fork River. The legal description of the mine and mill sit e is southwest ???? of the northwest ???? of Section 30, Township 12 North, Range 15 West and southeast ???? of the northeast ???? of Section 25, Township 12 North, Range 16 West. Access to the Linton Mine and Mill Site is via the Beavertail Hill Exit 130 from Interstate 90 then proceeding north along the Cramer Creek (Missoula County) Road approximately 5 miles to the project site. The Linton Mine and Mill Site is located on alluvial gravel and rubble along the north and south banks of the Cramer Creek f loodplain at approximately 4,100 feet above mean sea level. The proposed repository site is located approximately 6 miles northeast of mine and mill site in the southwest ???? of the southwest ???? of Section 10, Township 12 North, Range 15 West in Granite County, Montana. The estimated construction cost of this project is between $1,000,000 and $2,500,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Enginee rs considers the following goals reasonable and achievable for fiscal year 2003: (a) Small Business: 57.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.9% of planned subcontracting dollars*. (c) Women Owned Small Business: 8.1% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 3.0% of planned subcontracting dollars*. (e) Hubzones: 3.0% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 90 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work i n the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/ Ordering of [plans and specifications on CD-ROM shall be by registering on the Omaha District website: http://ebs-nwo.wes.army.mil/ or by written request.][CD-ROM shall be made through the Internet address above.] To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If you do not have Internet access, then you may fax your request to (402) 221-4199, faxed requests will take longer to process, causing a delay in receivin g Solicitation documents. Please include the following information: 1) Name of Firm; 2) Point of Contact; 3) Mailing Address; 4) Street Address for Parcel Delivery Service; 5) Telephone and Fax Phone Numbers with Area Code (FAX numbers are mandatory to ensure the receipt of any amendments that may be faxed. Amendments will be available through the Internet address indicated above. Contractors, Subcontractors and suppliers shall be responsible to check the internet address for amendments.); 6) Level of Participation (General Contractor, Subcontractor, Supplier or Plan Room); and 7) Large Business, Small Business or Small Disadvantaged Business. If any of the information changes during the advertisement period, you must make changes through the Omaha District web addresssubmit the information via e-mail to Famane.C.Brown@usace.army.mil or by written request or fax. Failure to provide the above in formation and any changes may cause a delay in receiving [plans, specifications] [CD-ROM] and amendments. Questions regarding the ordering of the same should be made to: 402 221 3116. Telephone calls regarding Small Business matters should be made to: 40 2 221 4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: (402) 221 - 7168 or Specification Section at: (402) 221 4411.
 
Place of Performance
Address: US Army Corps of Engineer, Omaha District - Civil 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00383304-W 20030727/030726120937 (fbodaily.com)
 
Source
FedBizOpps.gov 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.