Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

Z -- REVOCERY - Rush Creek Trail Bridge

Notice Date
6/23/2010
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Agriculture, Forest Service, EROC Southwest, 1323 Club Drive, Vallejo, California, 94592, United States
 
ZIP Code
94592
 
Solicitation Number
AG-9702-S-10-0518
 
Point of Contact
Todd T Coleman, Phone: 7075629204
 
E-Mail Address
ttcoleman@fs.fed.us
(ttcoleman@fs.fed.us)
 
Small Business Set-Aside
HUBZone
 
Description
This is a PRESOLICITATION SYNOPSIS. The USDA Forest Service, Klamath National Forest (hereafter "the Government," "the Forest Service," or "the Klamath National Forest (NF)"), announces a requirement for excavation, clearing, removing, existing log bridge and log abutments, constructing cast in-place reinforced concrete bridge abutments, placing gaibons, placing pre-fabricated steel bridge structure, constructing timber bridge deck and running planks, constructing approach railing, and mulching and seeding on the South Fork Salmon Trail. Funds from the 2009 American Recovery and Reinvestment Act (ARRA) will be utilized for this project. This acquisition is being advertised as a 100% HUBZone set-aside and any resultant contract award will be issued pursuant to FAR Part 19.1308. In accordance with FAR Part 36.204(b), the estimated magnitude of construction is between $100,000 and $250,000. Contract period of performance time is 90 calendar days after issuance of the notice to proceed. The applicable North American Industry Classification System (NAICS) Code is 237310. The Small Business Administration size standard is $33.5 million. Contractors are required to be actively registered with the Central Contractor Registration (CCR) system and the Online Representations and Certifications Application (ORCA). THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis, the pending solicitation or any follow up information requests. The solicitation with supporting documents (if any) will be posted to the FedBizOpps website on or about 30 Jun 2010. No hard copies of the solicitation, supporting documents and applicable amendments, if any will be provided. To receive the entire solicitation package and any applicable amendments, prospective offerors must download them from the FedBizOpps website. The Government intends to award a firm, fixed-price contract. A best value concept will be applied for evaluation of offers for this procurement. The best value approach provides the opportunity to select an offeror who is not necessarily the lowest-priced or the highest technically-ranked. The Forest Service will select the proposal that represents the best value based on the evaluation of technical factors and price. Technical factors consist of past performance and Contractor Capability. Technical factors when combined are approximately of equal importance when compared to cost or price. Therefore, the offeror's proposal should contain the offeror's best terms.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d44859038070ed5e8f4d00b431b39fb7)
 
Place of Performance
Address: Klamath National Forest, Yreka, California, 96097, United States
Zip Code: 96097
 
Record
SN02185886-W 20100625/100623234959-d44859038070ed5e8f4d00b431b39fb7 (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.