Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
MODIFICATION

38 -- IDIQ Road for Construction Services Superior National Forest

Notice Date
6/1/2009
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Minnesota Shared Service Contracting Unit, 8901 Grand Avenue Pl., Duluth, Minnesota, 55808
 
ZIP Code
55808
 
Solicitation Number
AG-63A9-S-09-0014
 
Archive Date
7/11/2009
 
Point of Contact
Paul G. Nephew, Phone: (218) 626-4360
 
E-Mail Address
pnephew@fs.fed.us
(pnephew@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The following is the original synopsis. Please see attach Solicitation, Task order and Wage rates to submit your proposal. Both attachments are the same, please just submit one. USDA Forest Service, Superior National Forest anticipate issuing a Request for Proposal for an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract for Road Maintenance; Repairs, Construction, Trails, Installation of Culverts, Small Building Construction (non-residential), bridge, excavating, and other Miscellaneous Structure projects. This work may consist of road blading, excavating, dozer maintenance on roads, hauling, aggregate and borrow placement, culvert installations, clearing roadsides and/or trails, constructing trails, miscellaneous road and parking lot construction or repair, concrete and asphalt patching and or paving, road crack sealing, demolition/construction of small non-residential buildings, sign construction, guardrail construction, and other miscellaneous work. Interested vendors should register to receive notifications through this site. The government anticipates making multiple awards as a result of this Request for Proposal. The resulting contract(s) will be awarded for a one year period with four optional years. Individual task orders will contain specific requirements along with a negotiated, firm-fixed-priced. The potential combined, total maximum work awarded to all firms will be cumulatively less than $200,000 per year for all work. The minimum guarantee for each contract period will be $5,000 and the maximum ordering limit will not exceed the cumulative $200,000 threshold. This $200,000 threshold may not (necessarily) be divided evenly among the awardees. Firms submitting proposals under this Request for Proposal will submit technical requirements in accordance with Sections L and M of the solicitation. Submissions will be evaluated based on a best value approach considering technical elements. Price will be evaluated based on the cost proposal submitted for the Task Order Restroom building and holding tank removal project included in the RFP. Individual projects will be competed as competitive negotiations among the awarded contractors. The evaluation factors in selecting a contractor for task orders will be base on technical evaluation, past performance related factors. In order to receive award under this RFP the successful offeror shall be registered in the Central Contractor Registration Database, have completed the online representations and certifications (www.orca.gov) and be a certified 100% Small Business. All responsible sources may submit a proposal which shall be considered by the Forest Service. This is a synopsis only the full solicitation documents includes specifications will be issued at a later date. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-05-29 10:59:14">May 29, 2009 10:59 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-06-01 11:30:43">Jun 01, 2009 11:30 am Track Changes The Purpose of Modification/Ammendment is to : - Extend the Response Date to June 26, 2009 at 4:00pm Central time. - Upload the Solicitation documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/63A9/AG-63A9-S-09-0014/listing.html)
 
Place of Performance
Address: Superior National Forest, 8901 Grand Ave. Place, Duluth, Minnesota, 55808-1122, United States
Zip Code: 55808-1122
 
Record
SN01832635-W 20090603/090601235211-05c53085ed7923d2511de0e211526764 (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.