Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2008 FBO #2532
SOLICITATION NOTICE

Z -- Asphalt patch located in Shawnee Bend Public Use Area, Harry S. Truman Project.

Notice Date
10/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-T-0006
 
Response Due
11/3/2008
 
Archive Date
1/2/2009
 
Point of Contact
margie.slavens, 660-438-7317<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice and IAW FAR Part 13. This announcement constitutes the request for quote for the required items under Solicitation Number W912DQ-09-T-0006. NAICS code: 237310, Small Business Standard: $33.5, SIC code: 1611, FSC: Z222. A subsequent solicitation document will not be issued. US Army Kansas City District, Harry S. Truman Project intends to issue a purchase order for asphalt patch/repair of roadway located at Shawnee Bend Boat Ramp Public Use Area. Scope of Work is as follows: Scope of Work Asphalt patch/repair of roadway at Shawnee Bend boat ramp entrance of the parking area. Repair area is approximately 6,300 square feet of repair and lies in an irregular shape. Preparation work includes: milling 1 inches in depth around perimeter of patch area, approximately 250 feet; sub grade evaluated and reconditioned as deemed necessary to support new wearing surface; evaluate grading to determine water shed from roadway; and any other prep work needed. A minimum of 1 inches depth of asphalt is required and placed in a manner to allow proper drainage from roadway/parking area. Overlay must have a smooth transition from existing asphalt to patched area at legal operating speeds when traveled with vehicle/boat and trailer. All work performed according to best practices/standard methods of Pavement Maintenance Management. Repair shall include a minimum of 1 inch asphalt overlay with delivery no later than 28 November 2008. U.S. Department of Labor Wage Rates are applicable. General Decision Number:MO080001 10/10/2008 MO1. Certified payrolls are required upon completion of work. Reference applicable requirements of Corps of Engineers Manual EM 385-1-1 dated November 2003 and all pertinent provisions of Federal, State, and local regulations. This will be a firm-fixed price award, small business set-aside with award made to the low technically acceptable quoter. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (JUL 2006); 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006). The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JUN 2007), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003), 52.222-3 Convict Labor (June 2003), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-22 Previous Contracts and Compliance Reports, 52.222-26 Equal Opportunity (MAR 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006), 52.232.33 Payment by Electronic Funds Transfer- Central Contractor Registration (OCT 2003)and 52.232-36 Payment by Third Party (MAY 1999) (31 U.S.C.3332),52.215-5 Facsimile Proposals (OCT 1997), 52.222-6 Davis-Bacon Act, 52.237-1 Site Visit (APR 84); 52.228-5 Insurance-Work on a Government Installation. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration, Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2007). At a minimum, responsible sources shall provide the following: a price proposal on letterhead stating the lump sum price for all required labor and materials necessary to completed the required work in accordance with the above Scope of Work and Wage Determination, General Decision Number:MO080001 10/10/2008 MO1. Price proposal shall include remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by November 3, 2008 at (11:30 A.M.) CST. Offers can be faxed to 660-438-7815 or mailed to Harry S. Truman Project Office, 15968 Truman Road, Warsaw, MO 65355. Reference Solicitation No. W912DQ-09-T-0006 on your proposal. Point of Contract: Margie Slavens 816-389-3606 or Roger Weter 816-389-3280.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=de79cff5ede9058c6c1d4b7a25997253&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Kansas City, Harry S. Truman Project 15968 Truman Road Warsaw MO<br />
Zip Code: 65355<br />
 
Record
SN01698698-W 20081101/081030215334-de79cff5ede9058c6c1d4b7a25997253 (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.