Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2004 FBO #1024
SOLICITATION NOTICE

Y -- Concrete Bridge Supports

Notice Date
9/13/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - NEPE Nez Perce NHP 39063 U.S. Highway 95 Spalding ID 83540
 
ZIP Code
83540
 
Solicitation Number
Q9374040107
 
Response Due
9/21/2004
 
Archive Date
9/13/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The applicable North American Industry Classification System (NAICS) is 238140 and the size standard is $12,000,000. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; offers are being requested and a written solicitation will not be issued. This is Request for Proposal (RFP) number Q9374040107. Submit your offer via this website by September 21, 2004, 4:30 PM (PST). This acquisition is Set-Aside for Small Businesses. Simplified Acquisition Procedures apply. Offerors must register in IDEAS in order to submit a price offer for this solicitation. The National Park Service, Nez Perce National Historical Park, Big Hole Battlefield (BIHO), Wisdom, MT, has a requirement for the Contractor to install concrete bridge approaches for both ends of Siege Area Trail Bridge. The estimated price for this job is under $8,000. The Price Schedule is for 1 job. Work Statement (Scope of Work) - The Contractor shall (a) supply all labor, parts, supplies, equipment and travel to Wisdom, MT to install two concrete bridge approaches to both ends of the Siege Area Trail Bridge. Work will be performed only during day-light hours and the Contractor shall provide barricades until the concrete is cured. (b) The expected sizes of the two approaches using sand colored concrete are as follows: South side approach: 9' X 53' X 6" deep. The North side approach: 9' x 25' X 6" deep. (c) NPS will be responsible for site preparation, i.e., removal of existing asphalt. (d) Vendor will be responsible for all materials, i.e., 177 linear feet of 6" framing material, 702 square feet of concrete to be reinforced by 1/2" rebar, 13 cubic yards of sand colored concrete. Vendors shall be responsible for proper soil compaction, building the forms to hold the concrete, using reinforcement in the concrete and proper concrete finishing. Contractor will be responsible for removing all forms and materials after the completion of the job, ensuring a clean site. Upon receipt and acceptance of a proper invoice, the vendor will be paid via government charge card or by EFT transfer of funds. The Contractor shall have all contract work completed by the end of October 2004. The Contractor shall follow all Federal, State, and local safety regulations for removal, transportation, and disposal of materials. If you would like to request a site visit, please contact the Contracting Officer's Representative (COR): Wayne Challoner at 406-689-3155 to schedule a date and time. Central Contractor Registration (CCR) is the primary vendor database for the Federal Government. The CCR collects, validates, stores and disseminates data in support of agency missions. Both current and potential government vendors are required to register in CCR in order to be awarded contracts by the Federal Government. Vendors are required to complete a one-time registration to provide basic information relevant to procurement and financial transactions. Vendors must update or renew their registration annually to maintain an active status. Please see FAR Clause 52.232-33, which is included in Clause 52.212.5 (see below). SOLICITATION PROVISIONS AND CLAUSES 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov. 52.252-2 Clauses Incorporated by Reference (Feb 1998). The following FAR provisions and contract clauses are incorporated by reference: 52.212-1 Instructions to Offerors/Commercial Items (Oct 2003); Continuing Clauses: 52.212-3 Offeror Representations and Certifications/Commercial Items (Jun 2003) NOTE, FAR Clause 52.212-3 must be completed and faxed to the Contracting Officer via fax #208-843-2817. This clause is available on the Internet at the FAR website at http://www.arnet.gov/far/ or you may call the Contracting Officer who will e-mail this clause to you. 52.212-4 Contract Terms and Conditions/Commercial Items (Oct 2003); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items (Oct 2003). FAR clause 52.212-5 paragraph (b) is tailored to incorporate the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); 52-219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637 (d0(2) and (3); 52-222-3, Convict Labor (Jun 2003) (E.O.11755); 52.222-19, Child Labor/Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002) (E.O.11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (38 U.S.C. 4212); 52.225-5 Trade Agreements (Oct 2003)(19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note); 52.225-13, Restriction on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer/Central Contractor Registration (Oct 2003) (31 U.S.C.3332); 52.228-5 Insurance/Work On A Government Installation (JAN 1997); 1452.228-70 Liability Insurance-Department Of The Interior (JUL 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The name insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $200,000 each person; $500,000 each occurrence; $ 20,000 property damage. (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address to the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The Contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. Offers are to be submitted through this IDEAS website by September 21, 2004, 4:30 PM, (PDT).
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1576906)
 
Place of Performance
Address: Big Hole National Battlefield, Wisdom, MT.
Zip Code: 59761
Country: USA
 
Record
SN00672163-W 20040915/040913213407 (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.