SOLICITATION NOTICE
Z -- RECOVERY - WATER TANK REHABILITATION
- Notice Date
- 7/1/2010
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures 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-10-534
- 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, Sierra National Forest (hereafter "the Government," "the Forest Service," or "the Sierra National Forest (NF)"), announces a requirement that will consist of bedding and installing of a liner membrane in the EXISTING 25,000 gallon steel tank at Minarets WC, furnishing and erecting a NEW 6,500 gallon thermosetting fiberglass reinforced plastic tank for potable water at Dry Gulch CG, repairing cracks and furnishing and installing sealants to provide a barrier against water or moisture within the EXISTING 35,000 gallon concrete tank at Mammoth Pool CG, and sanding, cleaning, preparing, priming and coating the interior of the EXISTING 5,000 gallon water tank at Vermillion CG as specified here in and AS SHOWN ON THE DRAWINGS. 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 $25,000 and $100,000. Contract period of performance time is 60 calendar days after issuance of the notice to proceed. The applicable North American Industry Classification System (NAICS) Code is 237110. 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 Jul 8, 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. This project is located at 1600 Tollhouse Rd, Clovis, CA 93611-0532. 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/2b355869dc4e8f1b8678dc48bc800425)
- Place of Performance
- Address: Sierra National Forest, Clovis, California, 93611-0532, United States
- Zip Code: 93611-0532
- Zip Code: 93611-0532
- Record
- SN02194289-W 20100703/100701235408-2b355869dc4e8f1b8678dc48bc800425 (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 |