Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2005 FBO #1354
SOLICITATION NOTICE

F -- RECONSTRUCTION OF INDIAN LAKE FISHWAY, SOUTH KINGSTOWN, RI

Notice Date
8/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133F-05-RB-1062
 
Response Due
9/26/2005
 
Archive Date
10/11/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) Central Region Acquisition Division, intends to procure a construction contractor for the Reconstruction of the Indian Lake Fishway in South Kingstown, RI. The initial fishway project was completed at the dam spillway in May 2004 but requires modifications to improve on its functioning and maintain lake levels and spillway functioning. The work will involve installing water control and diversion, pre-casting and installing concrete sidewalls, cut-off walls and weir, removing stone and mortar concrete, saw-cutting existing concrete weirs, and placing clay and stone. The estimated completion time is 30 calendar days. The Government intends to award a firm-fixed price contract to the lowest responsive, responsible bid. Contractors are required to furnish at list of at least five (5) but not more than ten (10) recently completed projects of similar nature and scope of work. Include points of contacts and phone numbers. Bid bonds in the amount of 20% of the bids will be required. This procurement is a 100% Small Business Set Aside. Plans and specifications will be issued by web-based and will be available on or about 25 August 2005. The web page is located at http://www.ago.noaa.gov/ 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 interest in this project must register by email to joel.r.pabon@noaa.gov. If any of the contractor information changes during the advertisement period, contractors are responsible to notify Mr. Pabon at the above website. The estimated construction cost of this project is between $25,000 and $100,000. Bids will be opened on or about 26 September 2005 at 2:00 pm Central Standard Time (CST). The NAICS Code is 237990. All contractors must be registered with the Central Contractor Registry (CCR and Online Representations and Certifications Application (ORCA). Information on 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. Also, contractors who receive a federal contract of $25,000.00 or more are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the internet site http://vets100.cudenver.edu
 
Place of Performance
Address: Kingstown, Rhode Island
Country: USA
 
Record
SN00865908-W 20050811/050809211819 (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.