Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2009 FBO #2931
SOLICITATION NOTICE

Y -- RECOVERY--Y--- IFD SEAL COATING

Notice Date
12/1/2009
 
Notice Type
Presolicitation
 
Contracting Office
BLM ID-STATE OFC HR&ADM SVC (ID953)1387 S. VINNELL WAYBOISEID83709US
 
ZIP Code
00000
 
Solicitation Number
L10PS01702
 
Response Due
1/15/2010
 
Archive Date
2/14/2010
 
Point of Contact
Fort, Patricia A 208-373-3910, pfort@blm.gov
 
E-Mail Address
Fort, Patricia A
(pfort@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY: PRE-SOLICITATION NOTICE FOR THE IFD SEAL COATING. Thisprocurement is being funded via the American Recovery and Reinvestment Act of 2009 (ARRA).The Bureau of Land Management (BLM) intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract to furnish labor, equipment, supplies, and materials, to seal coat existing pavement, and apply pavement markings at various recreation sites and fire stations in the Idaho Falls District. The recreation sites include Tower Rock Recreation Site, Shoup Bridge Recreation Site, Cottonwood Recreation Site, Joe T. Falline Campground (Mackay Reservoir Recreation Site), Buffalo Jump Interpretive trail and parking, Egin Lakes Recreation Site, North Menan Butte Trailhead Parking, Lorenzo River Access, Byington River Access, and Conant River Access. The fire facilities are Dubois Fire Station, Atomic City Fire Station, American Falls Fire Station and Soda Springs Fire Station. Prior to seal coating some sites will require cracks in the asphalt to be cleaned and filled. Before seal coating is applied, excavate, backfill and patch existing asphalt paved areas at Soda Springs Fire Station. Work under this Contract is located at various locations in the Idaho Falls District. All work sites are accessible by public roads. The North American Industry Classification (NAICS) Code is 237310, with a standard size of $33.5M. Project price range is between $100,000 and $250,000. Estimated start work date is May 1, 2010, and performance time is 120 calendar days. It has been determined that competition will be limited to eligible 8(a) firms located within the states of Idaho, Nevada and California and, 8(a) participants in good standing serviced by a SBA office outside of these states, but having a bona fide branch office with the geographic boundaries of these states and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. For amendments and updates, register or update the registration at the FedConnect website at http://www.fedconnect.net
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/ID/L10PS01702/listing.html)
 
Record
SN02013575-W 20091203/091201235221-f1c0f5bfe5292130d4027fb06ba0cb22 (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.