Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2010 FBO #3004
SPECIAL NOTICE

99 -- RECOVERY - FFS Project Number R1QE TAS::14 1610::TAS Reroof Low Slope Section of Hatchery Building at Makah National Fish Hatchery, Neah Bay, WA

Notice Date
2/12/2010
 
Notice Type
Special Notice
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Ave Portland OR 97232
 
ZIP Code
97232
 
Archive Date
2/12/2011
 
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
N/A
 
Description
RECOVERY - THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. This project is funded through the American Recovery and Reinvestment Act (ARRA) of 2009. The U.S. Fish and Wildlife Service (FWS) Contracting and General Services Office in Portland, Oregon, has a requirement to replace the low slope roof section of the hatchery building at the Makah National Fish Hatchery located at 897 Hatchery Road, Neah Bay, WA 98357 in Clallam County. Work is expected to commence after April 1, 2010, and be completed within 45 days from Notice to Proceed. This opportunity is available as a competitive task order only to the following contractors that were awarded a U.S. FWS Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Task Order contract under Alteration/Repair/Rehab/Demolition projects in Region 1 and 8 for the work categories of building construction: SAYBR Contractors, Tacoma, WA; EDL Construction, CA; Yerba Buena Eng. & Construction, CA; Knight Construction & Supply, WA; KOLA, Inc., OR; Burton Construction, WA; Schlecht Construction, WA; Northern Mgmt. Services, Inc., ID; Five Rivers Construction, Inc., WA; Glen/Mar Construction, OR; Allen-Bradbury Construction, WA; Combined Effort, CA; MJ Hughes Construction, OR, and Cherokee General, OR. IDIQ contracts were awarded competitively to multiple contractors on a best value source selection basis. The selected contractor must hold a current and valid IDIQ contract at time of Task Order award. Basis for Task Order award will be lowest price technically acceptable quote; other factors may be considered, including proposed approach and experience. The expected RFQ close date is March 10, 2010 and award is expected on or about March 15, 2010. An optional pre-bid Site Visit is tentatively scheduled for Tuesday, February 23; the RFQ will confirm the date and time of the Site Visit and interested contractors are encouraged to attend. The NAICS code is 238160, and the small business size standard is $14 million. Treasury Account Symbol (TAS) is 1409/101610. Project number is R1QE. Any questions regarding this notice must be submitted in writing to Gail Rubin, FWS Contract Specialist, via email at gail_rubin@fws.gov. The FWS technical points of contact for this project are Caroline Peterschmidt, Project Leader, who may be reached at (360) 645-2521 or caroline_peterschmidt@fws.gov, and Nick Haluschak, Engineer, (360) 607-9927 or nick_haluschak@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7e01a313f99c505b1c2b9053bbc71c9e)
 
Record
SN02064941-W 20100214/100212235015-7e01a313f99c505b1c2b9053bbc71c9e (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.