Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
SOLICITATION NOTICE

Z -- Chip Seal And Paint Lines at Visitor Center Parking Areas

Notice Date
5/24/2011
 
Notice Type
Presolicitation
 
Contracting Office
MWRO - Midwest Regional Office National Park Service601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
P11PS00638
 
Response Due
7/7/2011
 
Archive Date
5/23/2012
 
Point of Contact
Diana Vanderzanden Contracting Officer 4026611660 Diana_vanderzanden@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
On or about June 9, 2011, the Department of Interior, National Park Service, Omaha Regional Office intends to issue a Request for Quote (RFQ) P11PS00638 for Chip Seal And Paint Lines at Visitor Center Parking Areas, Saint Croiz National Scenic Riverways, St Croix Falls, Wisconsin. The work will include all labor, tools, materials to Chip seal asphalt entrance roads and parking areas at two locations. Stripe entrance roads and parking areas at County "K" Parking and Riverside Landing Parking in accordance with the specifications. RFP ISSUANCE: The anticipated issuance date of the RFQ is on or about June 9, 2011 with an anticipated closing date of 7 July 2011. The anticipated period of performance will be announced in the solicitation. Note: There will not be a public bid opening for this requirement. The RFQ will be posted and available for download at the National Business Center (http://ideasec.nbc.gov) on or about 9 June 2011. In addition, general information and links to the solicitation will be provided at the Federal Business Opportunities website (www.fbo.gov). Any amendments issued to the solicitation will also be available at the websites mentioned above. NO HARD COPY DOCUMENTS WILL BE ISSUED. The project is Total Small Business Set-aside in accordance with FAR 19.5 FOR SMALL BUSINESS PARTICIPATION. The NAICS code is 237310 - Highway, Street, and Bridges work. Davis Bacon Wage Determinations will apply; General Decision Number: WI100010 05/13/2011 SITE VISIT: To be determined. It will be posted either in the solicitation when it issues or by amendment. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $25,000 and $100,000. The applicable NAICS code for this action is 237310 - Highway, Street, and Bridges work. A source selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures, utilizing a Performance Price Trade Off process (PPT), whereas technical and past performance is significantly more important than cost/price. The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. All responsible sources may submit a quote, which shall be considered by the agency. This project is subject to the Davis-Bacon Act. Bonds will be required as follows: Payment bond - 100% of the contract price. Insurance will be required for this project. Be advised that this requirement may be delayed, cancelled, or revised at any time during process based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes. CENTRAL CONTRACTOR REGISTRATION INFORMATION: To be eligible for a government contract, contractors must be registered in the Central Contractor Registration (CCR) government system prior to award. The link for the CCR can be found at http://www.ccr.gov. We advise potential bidders to begin the registration process when they prepare their proposal to ensure the registration in the CCR database is complete and in-place should they be selected for award (see FAR Subpart 4.11). ONLINE REPRESENTATIONS &CERTIFICATIONS APPLICATION (ORCA): Prospective contractors shall complete the electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration database (see FAR Subpart 4.12) Place of Performance: St Croix Falls, Wisconsin Contracting Office Address: MWRO - OMAHA Regional Office, 601 Riverfront Drive, Omaha, NE 68102 ALL QUESTIONS WILL BE PRESENTED TO THE CONTRACTING OFFICER ON THIS PROJECT, NOT THE PARK. Point of Contact(s): Diana Vanderzanden Contracting Officer Phone: 402-661-1660 FAX 402-661-1661, Email: Diana_Vanderzanden@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS00638/listing.html)
 
Place of Performance
Address: Saint Croiz National Scenic Riverways, St Croix Falls, Wisconsin
Zip Code: 54888
 
Record
SN02455175-W 20110526/110524234254-9bdc15c069b4b9466e6a0a21e2c6dd6e (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.