Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2010 FBO #2979
SOLICITATION NOTICE

56 -- RECOVERY--56--PROJECT NUMBER 8840, Harry S Truman Dam And Reservoir, MO The US Army Corp of Engineers, Kansas City District, will issue a request for quotes (RFQ) for a firm-fixed price contract to remove and replacement of siding, windows (See Desc)

Notice Date
1/18/2010
 
Notice Type
Presolicitation
 
NAICS
236115 — New Single-Family Housing Construction (except Operative Builders)
 
Contracting Office
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-10-T-0043
 
Response Due
2/22/2010
 
Archive Date
4/23/2010
 
Point of Contact
James D. Kindle, 660-438-7317
 
E-Mail Address
US Army Engineer District, Kansas City
(james.d.kindle@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(Subject Continued) and doors, at The Harry S. Truman Project. Pre-Solicitation Notice# W912DQ-10-T-0043 Harry S Truman Dam and Reservoir Project Ranger and Regulatory Office Siding and Window Replacement RECOVERY-- Under the American Recovery and Reinvestment Act (ARRA), the US Army Corp of Engineers, Kansas City District, will issue a request for quotes (RFQ) for a firm-fixed price contract to remove and replacement of siding, windows and doors, at The Harry S. Truman Regulatory Office and the Harry S. Truman Ranger Office, both located at The Harry S. Truman Project, Warsaw, MO. The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The requirement consists of the following: 1. Removal of existing exterior wood siding and the installation of new double 5 or 6 inch width horizontal vinyl siding. 2. Removal of existing windows and the installation of new energy efficient vinyl with fusion welded sashes exterior windows, with a minim U factor of less than or equal 0.30. 3. Removal of exterior doors and replaced with energy efficient new pre-hung, single light steel doors, predrilled to accept dead bolt locks, with a minim U factor of less than or equal 0.30.(NOTE: The removal and replacement of the exterior doors will be awarded as an option IAW FAR 52.232-18 Availability of Funds. The option may or may not be exercised at the time of award.) The work will be located at the Harry S. Truman Project near Warsaw, Missouri. The general scope of work includes, but is not limited to the following: A Post-award conference will be held prior to the notice to proceed with the successful proposal. The contractor will furnish all labor, equipment, materials, supplies, transportation, security and supervision necessary to satisfactorily accomplish the work in accordance with the Performance Work Statement provided in the solicitation. "Department of Labor Wage Rates will apply "Contractor payment protection will be required The Contractor shall monitor performance and ensure compliance in accordance with the terms and conditions of the contract. The performance period will be from date of award through 30 September 2010. The solicitation will be available on 2 February, 2010. The solicitation will be post to FedBizOps located at https://www.fbo.gov. Proposals will be due no later than 9:00 a.m. CDT 22, February, 2010. IAW FAR 36.204 the magnitude of this requirement is between $25,000.00 & $100,000.00 The North American Industry Classification System (NAICS) Code for this project is 238170. SBA size standard is $14.0. THIS SOLICITATION WILL BE SMALL BUSINESS SET ASIDE. Please note that vendors must be currently registered in the Central Contractor Registration (CCR) Database and Online Registration and Certification Application (ORCA). One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Additionally there are some unique reporting requirements relevant to the use of ARRA funds (see FAR 52.204-11 for details). Contractual Point of Contact J.D. Kindle 816-389-2291.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-T-0043/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City, Harry S Truman Lake Project 15968 Truman Road Warsaw MO
Zip Code: 65355
 
Record
SN02044012-W 20100120/100118233033-94dda02f4f38abe46057366dda9f105c (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.