Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2010 FBO #2990
SOLICITATION NOTICE

N -- RECOVERY- DOL110RP20885 WIND TURBINE INSTALLATION ANGELL JOB CORPS CENTER

Notice Date
1/29/2010
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Division of Job Corps A&E and Construction Services, 200 Constitution Ave., N.W., Rm. N-4308, Washington, District of Columbia, 20210
 
ZIP Code
20210
 
Solicitation Number
DOL110RP20887
 
Point of Contact
JOHNNY A. ARNOLD, II, , Miriam J. Holst,
 
E-Mail Address
arnold.johnny@dol.gov, holst.miriam@dol.gov
(arnold.johnny@dol.gov, holst.miriam@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is being funded under the American Recovery and Reinvestment Act (ARRA), PL. 11-5 (February 17, 2009). Response Date: March 22, 2010 @2:00pm eastern time - The U.S. Department of Labor (USDOL) wishes to procure design and installation of a wind turbine generator system(s). The system(s) shall include items needed to produce the rated power at the rated wind speed such as wind rotor, permanent magnet generator, tail vane, stand/tower, electric controller, manual brake, electric inverter, and electric cable. The design-build contractor shall provide subsurface soil exploration sufficient to determine the foundation requirements for the proposed structure. This work shall include a report with recommendations for foundation designs from a registered geotechnical engineer. The final geotechnical report shall be submitted with the design. In addition, the design-build contractor shall include testing and observation services from the soil engineer during earthwork for foundation construction. The work shall be designed and constructed to comply with requirements as established by the Leadership in Energy and Environmental Design (LEED) or similar high performance sustainability goals. The period of performance shall begin within 14 calendar days from receipt of Notice to Proceed (NTP) and shall be completed within 254 calendar days from NTP. This project will be awarded as a negotiated proposal contract and the procurement is estimated between $100,000.00 to $250,000.00. A Pre-Bid Walk-through will be scheduled at a later date and will be the only opportunity to visit the job site prior to submission of bids. THE EXTENT OF THE WORK WILL BE DESCRIBED IN THE SOLICITATION WHEN IT IS POSTED ON FEBRUARY 22, 2010. NO OTHER INFORMATION WILL BE AVAILABLE BEFORE THE SOLICITATION IS POSTED. USDOL is looking for firms that qualify as 100% Small Businesses as indicated in Federal Acquisition Regulation Subpart 19. Frank Lalumiere: (202) 401-8275 U.S. Small Business Administration Office of Surety Bond Guarantee 409 3rd Street SW, 8th Floor Washington, DC 20416 Website: www.sba.gov/osg PROSPECTIVE BIDDERS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) at http://ww.ccr.gov, AS WELL AS ENSURE THAT ONLINE REPRESENTATIONS AND CERTIFICATIONS ARE UPDATED IN ORCA at http://orca.bpn.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/Washington/DOL110RP20887/listing.html)
 
Place of Performance
Address: 335 N.E. Blodgett Road, Yachats, Oregon, 97498, United States
Zip Code: 97498
 
Record
SN02052857-W 20100131/100129234927-8c004c3e528d3de30eca370539504201 (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.