Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
SOLICITATION NOTICE

Z -- "New Water Supply Distribution System', Anaconda Civilian Conservation Center, Anaconda, Montana

Notice Date
4/9/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building 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
DOL110RB20923
 
Archive Date
11/4/2010
 
Point of Contact
Olivia J Thorpe, Phone: (202) 693-7983, othorpe, Phone: 202-693-7983
 
E-Mail Address
thorpe.olivia@dol.gov, thorpe.olviia@dol.gov
(thorpe.olivia@dol.gov, thorpe.olviia@dol.gov)
 
Small Business Set-Aside
HUBZone
 
Description
The project includes services for the design and construction of a new water distribution system at the Anaconda Civilian Conservation Center. The work shall also include miscellaneous site improvements in the form of general landscaping, roads, parking, drainage, reconnection of all domestic and fire protection water taps, and replacement of all mandated fire hydrants. All existing pavement and grassed areas impacted by the installation of the new water system are to be restored to their existing condition. We are looking for firms that will qualify under the Small Business program mentioned in the Federal Acquisition Regulation Subpart 19. The estimated construction cost is approximately $500,000 to $1,000,000. All firms responding to this FBO announcement must demonstrate their experience in the design and installation of public water systems as defined by the State of Montana. The required disciplines for the design phase of the work are: Civil, Mechanical (Plumbing), and Environmental Engineering. Firms must be capable of producing the design documents on AutoCAD version 14 or later. Specifications shall be provided in CSI format and be MS-Word compatible. Firms shall submit an interim design document and a construction ready document. Design Time is six (6) calendar weeks. Construction time is ten (10) weeks. Pertinent factors for consideration of qualifications, listed in order of importance for the Project Team, in descending order of importance, are management, past performance and experience, preliminary design, and schedule. Offerors are advised that if the technical proposals are essentially equal, award will be made on the basis of the lowest price. Applicants are required to include a list of three references with telephone numbers and names of contact persons with their submittal. The Project Teams considered the most highly qualified will have references checked. The NAICS Code is 236220. A Pre-Bid walk-through is scheduled for May 6, 2010, 10:00 am, MST. Questions concerning the Pre-Bid meeting should be addressed to Olivia J. Thorpe, DOL Contract Specialist, 202-693-7983, thorpe.olivia@dol.gov. All questions resulting from the Pre-Bid Walk-through should be received in writing by May 14, 2010, by 1:00 pm, EST. This is necessary to allow a reply to reach all prospective bidders before the submission of their bids. Bidders who are unable to reply by the May 14, 2010 should bid the contract according to your best interpretation of the plans, specifications, and amendments. The Bid Opening Date is June 2, 2010, 3:00 p.m., EST. (BOD information will be provided on 4/26/2010 when the Solicitation package is published on FBO.gov.) This is a 100% total Set-Aside HUB Zone procurement. Pursuant to FAR 4.1102, all prospective Federal contractors must be registered in the Central Contractor Registration (CCR) prior to award. Information concerning CCR registration is located at www.CCR.gov. Service-Disabled Veterans-Owned, HUB-Zone, and/or 8(a) businesses, women-owned businesses, small disadvantaged businesses, and small businesses are encouraged to submit. Further, small businesses are encouraged to apply for HUB-Zone certification. Information regarding HUB-Zone certification can be found at http://www.sba.gov. NOTICE: THIS INFORMATION IS PUBLISHED IN ANTICIPATION OF THE SOLICITATION PACKAGE SCHEDULED FOR PUBLICATION ON FBO.GOV BY APRIL 26, 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/Washington/DOL110RB20923/listing.html)
 
Place of Performance
Address: 1407 Foster Creek Road, Anaconda, Montana, 59711, United States
Zip Code: 59711
 
Record
SN02117590-W 20100411/100409234609-c193c2476660261a27da0bf0e63474d1 (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.