MODIFICATION
56 -- RECOVERY - This is a request for Concrete Piers to support boardwalk foundations for the Rehabilitate South Slough Loop Trail (PMIS #152090A)
- Notice Date
- 4/16/2010
- Notice Type
- Modification/Amendment
- Contracting Office
- PWR - LEWI Lewis and Clark NHP 92343 Fort Clatsop Road Astoria OR 97103
- ZIP Code
- 97103
- Solicitation Number
- Q9420101007
- Response Due
- 4/20/2010
- Archive Date
- 4/16/2011
- Point of Contact
- Edward V. McKee Contract Specialist 3605653025 ed_mcKee@nps.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 - THIS IS A PROJECT UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT.TAS: 14 1035:TAS RECOVERY Rehabilitate South Slough Loop Trail (PMIS #152090A) AMENDMENT NOTICE: This Amendment 0001 is to give notice of specification change, due to boardwalk design revision to this Combined Synopsis/Solicitation, Solicitation no. Q9420101007, PIN Foundation, Lewis & Clark Historical National Park DESCRIPTION The National Park Service, Lewis & Clark National Historical Park requirement for a single contractor to provide 120 ea Brand Name or Equal, "Diamond Pier" Concrete Piers (DP-50 with 50"pins as stated below. "Or Equal" SPECIFICATIONS HAS CHANGED TO READ AS SUCH: The National Park Service, Lewis & Clark National Historical Park has a requirement for a single contractor to provide 80 ea Brand Name or Equal, "Diamond Pier" Concrete Piers (DP-75 with 50-inch pins as stated below. "Or Equal" means the system must be capable of meeting the key features listed. In additional, we required 320 ea Junior Caps. This solicitation is for supply and delivery only - no installation required. Key Features: The Piers must be able to be use as a foundation on projects, such as boardwalks, pavilions, overlooks, and bridges. And functional in wetland, tidal, sensitive or difficult access sites, and provide significant compression, uplift and lateral load capacity in these typically marginal, saturated soils. PRICE SCHEDULE CLIN0001, DP-75 with 50-inch pins or equal $____________each x 80 = $____________. CLIN0002, Junior Caps $____________each x 320 = $____________. CLIN0003, Delivery F.O.B. Destination $____________lump sum. Delivery lead time after receipt of award ________ days. REMINDERS 1. Proposals are due no later than April 26, 2010 by 4:30 pm (PST), by fax, email or postal service. Proposals shall either be received at the contracting office or be post-marked by the post office no later than 4:30pm on April 26, 2010. 2. In order for your proposal to be considered "responsive" to the solicitation, you must adhere to the instructions and total request. 3. In order for your proposal to be considered "responsive" to the solicitation, you much also be actively registered in the following websites: (CCR) Central Contractor Registration - http://www.ccr.gov. This is required per clause 52.204-07. (ORCA) On-Line Representations and Certifications Application - http://orca.bpn.gov. This is where contractors will enter their small business representations and certifications. This is required per clause 52.204-08. Even though this solicitation is not a small business set-aside, all contractors are required to be registered regardless of business size. All else remains the same.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9420101007/listing.html)
- Place of Performance
- Address: PWR - LEWI Lewis and Clark NHP92343 Fort Clatsop RoadAstoria, OR
- Zip Code: 97103
- Zip Code: 97103
- Record
- SN02123860-W 20100418/100416234638-d36c9c34154d18e19f445c2da66577f2 (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 |