Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOLICITATION NOTICE

Y -- Construction of Lauer Dam Access Road

Notice Date
5/15/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, BIA - Pacific Regional Office 2800 Cottage Way, Rm W-2820 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
RMJ00090006
 
Response Due
7/6/2009
 
Archive Date
5/15/2010
 
Point of Contact
Jodi Zachary Contract Specialist 9169786025 jodi.zachary@bia.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A FIRM FIXED PRICED CONSTRUCTION CONTRACT - IAW FAR 19.502-2 TOTAL SMALL BUSINESS SET-ASIDE. IAW FAR 36.209, no award will be made to the firm that designed this project, its subsidiaries, or any affiliates. PROJECT DESCRIPTION: The Contractor shall furnish all plant, materials, labor, services, equipment, supervision, and incidentals necessary to provide a timely response for the realigning, grading & reconstruction of an access road to Lauer Dam totaling 10.6 miles. The new access road will consist of one 12ft wide lane with 6in depth gravel surfacing. PROJECT LOCATION: The work is located approximately 11 miles Northeast of Alturas, CA. The performance area is remote, difficult to access & has extremely rough terrain. There are major weather restrictions during the winter months. SOLICITATION DETAILS. The following preliminary details are provided for the benefit of prospective bidders, but are subject to change in the actual solicitation. CONTRACT TYPE: Firm-Fixed-Price. SOLICITATION TYPE. Invitation For Bids. PERFORMANCE PERIOD: The period of performance is 90 calendar days. Liquidated damages will be assed in the amount of $845.00 per day. ESTIMATE VALUE: The project magnitude is between $1,000,000 & $5,000,000. PRE BID SITE VISIT: Pre-bid meeting for this project will be held at 10:00am local time, on Thursday, June 18, 2009. Bidders will meet with Mr. Tom Dang outside the Pit River Tribal office, 37118 Main Street, Burney, CA 96013. Prospective bidders are urged & expected to inspect the site where the work will be performed. The contractor is responsible to verify site conditions REQUEST SOLICITATION: All interested firms shall submit a written request for a solicitation package, referencing IFB # RMJ00090006, via mail to DOI/BIA, Pacific Regional Office, Attn: Jodi R. Zachary - Contracts, 2800 Cottage Way, Room W2820, Sacramento, CA 95825 OR via email at jodi.zachary@bia.gov OR faxed to (916) 978-6129. Telephone requests to obtain the solicitation package will not be accepted. Contractors shall confirm requests were received. All offerors are required to check FedBizOpps.gov frequently to be notified of any changes to this solicitation. Issuance of the solicitation is projected to be on or about June 8, 2009, with a projected bid due date of July 6, 2009. A pre-proposal meeting is tentatively scheduled for June 18, 2009. These dates are subject to change. BID BOND: Bid bond in the amount of 20% of bid price must be submitted with bid. QUESTIONS: Bidders may contact Jodi R. Zachary at (916) 978-6025 for commercial & technical questions before submitting bid. ALL QUESTIONS MUST BE SUBMITTED NO LATER THAN JUNE 23, 2009. ALL RESPONSES WILL BE PROVIDED NO LATER THAN JUNE 30, 2009. BID DUE DATE/BID OPENING: 2:30pm Pacific Time on July 6, 2009 at BIA, Pacific Regional Office, 2800 Cottage Way, Room W2820, Sacramento, CA 95825. Bidders may attend at it own expense. CONTRACT AWARD: Lowest Reasonable Price bid determined responsive to solicitation requirements. PAYMENT BONDS: Payment bond & performance bond in the penal amount of 100% of award price. PRE-CONSTRUCTION CONFERENCE: Successful bidder is required to attend. PERIOD OF PERFORMANCE: No work shall begin before receiving a notice to proceed from the contracting officer. RETENTION: 10% will be retained from each progress payment made & paid upon completion. NAICS Code: 237310, Small Business Size Standard: $33.5M. Firms must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government. The CCR website address is http://www.ccr.gov This is a notice in accordance with FAR 5.2. The Government is in no way obligated to do business with or to enter into in any form of contract with any person, firm or other entity that receives this inquiry.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMJ00090006/listing.html)
 
Place of Performance
Address: Alturas, CA, Modoc County<br />
Zip Code: 96101<br />
 
Record
SN01819969-W 20090517/090516161717-4a2366eeb32fc104133a5b5a8375cbc3 (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.