Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2007 FBO #2027
SOLICITATION NOTICE

Z -- J. Clark Salyer Water Control Structure, J. Clark Salyer National Wildlife Refuge, Upham, North Dakota

Notice Date
6/13/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
US Fish and Wildlife Service, CGS PO Box 25486, MS 60181 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
601817R577
 
Response Due
7/27/2007
 
Archive Date
6/12/2008
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SET-ASIDE ACQUISITION. THIS RFP IS OPEN TO BOTH LARGE AND SMALL BUSINESS. The U.S. Fish and Wildlife Service (USFWS), Region 6, Lakewood, Colorado is requesting proposals from qualified and eligible firms willing to enter into a cost share based construction contract. A cost-sharing contract is a cost-reimbursement contract in which the contractor receives no fee and is reimbursed only for an agreed-upon portion of its allowable costs. Benefits to the contractor include the opprtunity to work with the USFWS to improve the wildlife habitat of the J. Clark Salyer National Wildlife Refuge. The following is a general statement of work. A. This is a Cost Share Contract. The USFWS is seeking interest from a firm which will provide funding to cover construction costs. All design, contracting, overhead, mobilization, demobilization and construction management costs shall not be reimbursed to the Contractor. B. The Contractor shall furnish all labor, materials, and equipment necessary to design and construct a combination bridge/water control structure and a section of a scenic trail road for the J Clark Salyer National Wildlife Refuge C. The Contractor shall prepare all necessary designs and construction documents, required to perform the work. Construction documents include project drawings, material specifications and installation requirements. D. The Contractor shall revise project drawings as necessary to document any changes to show final as-built conditions. Revisions shall include correction of errors to the original drawings. E. The Contractor may request one copy of the AutoCAD drawing file, for each drawing shown in the specifications, for use in performing work. F. Drawings for construction specifications shall be prepared by utilizing AutoCAD software, version 2000, or later. G. The Contractor shall have all certificates and licenses required by law for the execution of the work and shall comply with all Federal, State, or local laws, ordinances or rules and regulations relating to performance of the work. LOCATION AND INSPECTION OF SITE A. The site for the water control structure is the J. Clark Salyer National Wildlife Refuge, Upham, North Dakota. Prospective offerors may inspect the site by making arrangements with the Project Leader, Tedd Gutzke at J. Clark Salyer National Wildlife Refuge, Upham, North Dakota. Telephone number (701) 768-2548. B. Contractors are encouraged to visit the work site and become familiar with existing conditions and equipment. The estimated magnitude of construction is between $100,000.00 and $250,000.00. The total performance is 180 days from the Notice to Proceed. This acquisition is open to both large and small business concerns. Award will be made on a cost sharing basis. The solicitation package is anticipated to be available electronically on/or about June 28, 2007 with an anticipated closing date of July 27, 2007. Copies of the Request for Proposal, specifications and drawings can be obtained at http://www.fedbizopps.gov once available for issuance. All questions regarding subject requirement shall be submitted in writing to the U.S. Fish and Wildlife, Attention: Mr. Jon Morse, P.O. Box 25486, Mail Stop 60181, DFC, Denver, CO 80225 or fax to 303/236-4791. E-mail questions may be sent to jon_morse@fws.gov. Please include the solicitation number, your company name, address, telephone number, contact name and fax number on any correspondence mailed or faxed to our office. All responsible sources may submit a proposal which will be considered by this agency. CENTRAL CONTRACTOR REGISTRATION WEBSITE: EFFECTIVE OCTOBER 1, 2003, ALL CONTRACTORS MUST BE REGISTERED ON THE CCR WEBSITE AS AN ACTIVE VENDOR IN ORDER TO BE ELIGIBLE FOR AN AWARD AND TO RECEIVE PAYMENTS AGAINST AN EXISTING AWARD. PLEASE BE SURE YOUR FIRM IS REGISTERED. THE WEBSITE URL IS: http:// www.ccr.gov ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) WEBSITE: PROSPECTIVE CONTRACTORS SHALL COMPLETE ELECTRONIC ANNUAL REPRESENTATIONS AND CERTIFICATIONS AT https://orca.bpn.gov IN CONJUNCTION WITH REQUIRED REGISTRATION IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE (SEE FAR 4.1102). Please do not contact the Government prior to seeing and reviewing the Request for Proposal.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144856&objId=168038)
 
Record
SN01318000-W 20070615/070613221622 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.