SOLICITATION NOTICE
Z -- Z?CONSTRUCTION OF THE SUMMER BAY ROAD/OVERLAND DRIVE DRAINAGE IMPROVEMENTS, UNALASKA, ALASKA
- Notice Date
- 2/8/2005
- Notice Type
- Solicitation Notice
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC133F-05-RB-1024
- Response Due
- 3/29/2005
- Archive Date
- 4/13/2005
- Small Business Set-Aside
- Total Small Business
- Description
- Z?CONSTRUCTION OF THE SUMMER BAY ROAD/OVERLAND DRIVE DRAINAGE IMPROVEMENTS, UNALASKA, ALASKA The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) Habitat Conservation Division, intends to procure an Invitation for Bid (IFB) to award a contract for the Construction of Surface and Drainage Improvements on a section of the Summer Bay Lake Road, Unalaska, Alaska. The work to be done under this contract is necessary as a step in constructing a restoration project to compensate for natural resource damages for the M/V Kuroshima oil spill which occurred in 1997. The drainage and road improvements to Summer Bay Lake Road is for a sediment-control project which will reduce the sediment loading into Summer Bay Lake and improve salmon spawning. The Contractor will be responsible for furnishing all tools, equipment, supplies, materials, and labor. All work must be done in accordance with requirements provided in any and all permits necessary to conduct this work. This project consists of a variety of actions that will serve to lessen sediment runoff into the lake from across Summer Bay Lake Road. The Contractor shall furnish and install one 18? and one 36? culvert as per the plans and specifications for the project, including regrading the affected areas following placement of the culverts. The Contractor shall also construct ditches and drainage depressions suitable for capturing runoff flowing towards the road from the uphill side, per the plans and specifications. Excavated organic or otherwise unsuitable backfill material shall be placed on the uphill side of the road, smoothed and seeded with the seed mix specified. Vegetated areas disturbed by construction activities shall be recovered, where possible, with the plant mat taken from the areas, or seeded where use of the plant mat is not possible. The Contractor shall remove all waste materials and dispose of them according to legal requirements. The Government intends to award a firm-fixed price contract to the lowest responsive, responsible bid. Bid bonds in the amount of 20% of the bids will be required. This procurement is set-aside for small business. Plans and specifications will be issued by web-based and will be available on or about February 23, 2005. The web page is located at http://www.rdc.noaa.gov/~casc/acquisitions/acq_solicitations.htm All amendments to this IFB will be posted to the Internet web page also. Contractors will be responsible to print the required copies of the plans and specifications and any amendments. Contractors will be notified when the project is posted to the web and therefore. Contractors who are interested in this project must registered by email to jeanie.m.jennings@noaa.gov. If any of the contractor information changes during the advertisement period, contractors are responsible to notify Ms. Jennings at the above website. The estimated construction cost of this project is between $50,000.00 and $150,000.00. Bids will be opened on or about March 29, 2005 at 2:00 pm Central Standard Time (CST). The NAICS Code is 237310 with a size standard of $28.5 Million. All contractors must be registered with the Central Contractor Registry (CCR) and Online Representations and Certifications Application (OCRA). Information for getting registered may be obtained at http://www/ccr/gov/ and http://www.bpn.gov, respectively. In order to register with the CCR and OCRA to be eligible to receive an award, all bidders must have a Dun and Bradstreet (D&B) number. A D&B number may be acquired free of charge by contacting D&B on-line at https://www.dnb.com/oroduct/eupdate/requestOptiohs.html or by phone at (800) 333-0505. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified in the specifications for failure to complete project on schedule.
- Place of Performance
- Address: UNALASKA, ALASKA
- Country: USA
- Country: USA
- Record
- SN00747296-W 20050210/050208211749 (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 |