Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

Y -- RECOVERY - Catawba Road Maintenance

Notice Date
3/12/2010
 
Notice Type
Presolicitation
 
Contracting Office
BIA-Acquisition Nashville 545 Marriott Drive Nashville TN 37214
 
ZIP Code
37214
 
Solicitation Number
RA001510027
 
Response Due
3/18/2010
 
Archive Date
3/12/2011
 
Point of Contact
Ken Lloyd Contracting Officer 6155646970 KENNETH.LLOYD@BIA.GOV;
 
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
Total Small Business
 
Description
RECOVERY - Catawba Road Maintenance TAS: 14-2302 Project Nos: S500328V and S500321Y This notice is released to announce the Department of the Interior-Bureau of Indian Affairs (BIA) intent to award a fixed price contract to construct a project under the American Recovery and Reinvestment Act (ARRA). Any issuance of a solicitation and/or award(s) as a result of this presolicitation announcement will be contingent upon the contractor's willingness to report all necessary project information to www.federalreporting.gov on a quarterly basis and to the BIA on a monthly basis. This requirement is a 100% small business set-aside. Work under the ARRA project consists of furnishing all labor, equipment, transportation, material, services, and incidentals necessary to rehabilitate two routes with gravel surfaces and safety improvements and two routes with bridge safety improvements. The project consists of, but is not limited to; mobilization, guardrail installation, vegetation control, grading, ditch cleaning, erosion control, obtaining permits, and signage. The road improvements include removal and repair of base and sub-base, removal and overlaying of the existing pavement, restriping, crack sealing, vegetation control, re-grading existing shoulders to provide better drainage, installation of erosion control/slope stabilization measures. The bridge improvements include installation of safety devices, removal of any obstructions in the right of way (trees, dirt, weeds), repairing guardrails, and updating or installing road signs. The existing routes are located on BIA Routes 1200 and 1400 and BIA Bridges S651 and S652 on the Catawba Tribe Reservation in Rock Hill, South Carolina. The Bureau of Indian Affairs, Eastern Region Regional Office, anticipates awarding a firm fixed-price construction contract for these services, and the procurement method will be in accordance with FAR Part 14, Sealed Bidding and FAR Part 36. The estimated dollar value of this procurement is between $25,000 and $100,000. The applicable Davis Bacon Wage Determination for this project is SC08001 dtd 10/30/2009, York County. The Period of Performance is 120 calendar days. This project is classified under NAICS Code 237310 and has a size standard of $33.5 Million. This solicitation is funded by American Recovery and Reinvestment Act of 2009 (ARRA), Public Law 111-5, and funds shall comply with ARRA statute and all applicable laws, regulations, provisions, policies, procedures, and clauses, including but not limited to meeting the requirements of Sec. 1512 of the ARRA and other accountability and transparency conditions. The anticipated release of Invitation for Bid No. RA001510027 is 30 March 2010. Technical questions must be submitted ten (10) calendar days before the bid opening date. E-mail all questions to Susan Sutton at Susan.Sutton@bia.gov. Telephone requests will NOT be accepted. This is the only announcement for the upcoming solicitation. NO ELECTRONIC COPY OF THE SOLICITATION DOCUMENT WILL BE PROVIDED ON FEDBIZOPPS. Interested firms are requested to submit a written request for the IFB package to Susan Sutton, Fax No. 615-564-6701; or e-mail request to Susan.Susan@bia.gov no later than COB 18 March 2010. Provide contact name, mailing address, phone number, fax number and e-mail address when submitting request for IFB package. Telephone requests to obtain the IFB package will NOT be accepted. Faxed IFBs will not be accepted. Bid Bond of 20% will be required with your bid package. 100% Performance and Payment Bonds, and Certificate of Insurance are required upon award. Pre Bid Conference and Site Visit shall be mandatory. Bidders are required to attend the Pre Bid conference and inspect the site where the work will be performed. Contractors who fail to attend either the mandatory Pre Bid Conference or Site Visit may not receive any further consideration for award. Submit bid packages to the following address: BIA, Eastern Regional Office, Division of Acquisition, Attention: Ken Lloyd, 545 Marriott Dr., STE 700, Nashville TN 37214. Bid opening will be at BIA, Conference Room #1, BIA, Eastern Region Office, 545 Marriott Dr, STE 700, Nashville TN 37214, on a date to be announced in the solicitation. Any further questions regarding this IFB may be directed to Susan Sutton at 615-564-6752. Contract award will be made to the lowest responsive and responsible bidder. Contractors must be registered in the Central Contractor Registration (CCR) and Federalreporting.gov in order to receive awards from the Federal Government. To register or to learn more about these sites, go to www.ccr.gov. and www.federalreporting.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001510027/listing.html)
 
Place of Performance
Address: Catawba Tribe ReservationRock HillSouth Carolina
Zip Code: 29704
 
Record
SN02091436-W 20100314/100313000034-fa7ab7e0551d1cec51828dc61b1315e7 (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.