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
MODIFICATION

Z -- Buffalo Gap CG Water System Rehabilitation, Dakota Prairie Grasslands, Medora Ranger District, Golden Valley County, North Dakota - Solicitation 1

Notice Date
6/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Agriculture, Forest Service, EROC Intermountain, 740 Simms Street, Golden, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
AG-82B1-S-10-0352
 
Point of Contact
Joseph Wingfield, Phone: 3032755074, Linda M. Spitzler, Phone: 303.908-5356
 
E-Mail Address
jwingfield@fs.fed.us, lindaspitzler@fs.fed.us
(jwingfield@fs.fed.us, lindaspitzler@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Experience Questionnaire GENERAL DECISION ND20100015 06-04-2010 ND15 AG-82B1-S-10-0352 Specs AG-82B1-S-10-0352 Drawings AG-82B1-S-10-0382 Body AG-82B1-S-10-0352 SF 18 RECOVERY: Buffalo Gap CG Water System Rehabilitation, Dakota Prairie Grasslands, Medora Ranger District, Golden Valley County, North Dakota. THIS CONTRACTING ACTION IS BEING OFFERED UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT. The Forest Service has a requirement for the Buffalo Gap Water System Rehabilitation in accordance with the drawings and specifications. The Buffalo Gap Campground Water System Rehabilitation project is located in Golden Valley County, North Dakota approximately 8 miles west of Medora, ND via Interstate 94 on the Medora Ranger District of the Dakota Prairie Grasslands, US Forest Service. The project involves the furnishing of labor, materials, equipment, supervision and transportation to remove and dispose of an underground, 10,000 gallon steel water storage tank and installation of a new, Government Furnished, 10,000 gallon, fiberglass reinforced plastic or polyethelene cells storage tank with appurtenances in the same location. Removing and disposing a 4’ deep, 4’ diameter concrete meter vault, electrical power panel and 5 curb stops and boxes. Furnish and install a new, vented well cap, 15 various sized ball valves, curb stops and boxes. Furnish and install approximately 1980 feet of 6 foot burial, 3” HDPE water line and approximately 850 feet of 1 1/2 “ HDPE water line, 6 foot burial. Furnish and install 10 – 5’ x 5’ x 4”, concrete pads at existing hydrants, a new electrical power panel, new electrical cable for water tank float switch and a new submersible pump control. Furnish and install by boring, galvanized, steel pipe sleeves at road crossings to accommodate 3” HDPE water line. The project cost estimate is between $25,000 and $100,000. Payment Protection will be required. Davis Bacon wage rates will apply. The performance period is approximately 60 calendar days from the issuance of the Notice to Proceed (NTP). All responsible sources may submit an offer which will be considered by the Government. In accordance with FAR 4.1102(a), prospective contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Lack of registration in the CCR on part of the offeror will render a proposal ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 888-227-2423 or via the Internet at http://www.ccr.gov//. The solicitation package is anticipated to be available electronically on 18 May 2010 with an anticipated closing date of 18 Jun 2010. The NAICS for this requirement will be 237110. NOTE: THIS PRE-SOLICITATION HAS A DUE DATE THAT IS FOR PLANNING PURPOSES ONLY. THE OFFICIAL DUE DATE WILL BE INDICATED IN THE REQUEST FOR PROPOSAL. ARRA Requirement: The Awardee will be subject to Section 1512(c) of the American Recovery and Reinvestment Act which requires each contractor to report on its use of Recovery Funds under the awarded contract. These reports will be made available to the public. PLEASE DO NOT CONTACT THE GOVERNMENT PRIOR TO SEEING AND REVIEWING THE REQUEST FOR PROPOSAL. Other pertinent information: NAICS: 237110 “Water and Sewer Line and Related Structures Construction” Size Standard: $33.5M FSC: Z245 - Maint-rep-alt/water supply Set Aside: NA – This project falls under the Demonstration Program IAW FAR 19.10 Solicitation number: AG-82B1-S-10-0352
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/10015ab921eb561cf0cf75eea81dee29)
 
Place of Performance
Address: See Description, United States
 
Record
SN02186052-W 20100625/100623235131-10015ab921eb561cf0cf75eea81dee29 (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.