SOLICITATION NOTICE
S -- REMOVAL AND DISPOSAL OF DEBRIS IN WARD COUNTY, NORTH DAKOTA
- Notice Date
- 7/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- USACE District, St. Paul, Contracting Division CEMVP-CT, 180 East Fifth Street, St. Paul, MN 55101-1678
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-11-R-1001
- Response Due
- 7/20/2011
- Archive Date
- 9/18/2011
- Point of Contact
- Tracey M. Lowe, 651/290-5723
- E-Mail Address
-
USACE District, St. Paul
(tracey.m.lowe@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. W912ES-11-R-1001 is being issued as a Request For Proposal (RFP) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-53. This procurement is 100% disaster area set-aside restricted to any business regardless to size included in the emergency declaration under the Stafford Act, Declaration number FEMA-1981DR-North Dakota. The designated counties are as follows: Barnes County, Benson County, Billings County, Bottineau County, Burke County, Burleigh County, Cass County, Cavalier County, Dickey County, Divide County, Eddy County, Fort Berthold Indian Reservation, Foster County, Grand Forks County, Grant County, Griggs County, Kidder County, LaMoure County, Logan County, McHenry County, McIntosh County, McKenzie County, McLean County, Mercer County, Morton County, Mountrail County, Nelson County, Pembina County, Pierce County, Ramsey County, Ransom County, Renville County, Richland County, Rolette County, Sargent County, Sheridan County, Spirit Lake Reservation, Steele County, Stutsman County, Towner County, Traill County, Turtle Mountain Indian Reservation, Walsh County, Ward County, Wells County, and Williams County. Quotes will NOT be accepted from firms in other counties or states. The NAICS Code for this procurement is 562111 (SIC 4953) with a size standard of $12.5M. The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for the removal and disposal of debris following the 2011 flood event. This procurement may be quoted as follows: DEBRIS REMOVAL WEST OF HWY 83. Line Item 000l Supplies/Services: Removal and Disposal of all eligible debris from Public Property in Ward County West of Hwy 83. Quantity: 5,000, Unit: Net Ton (2000lbs), Unit Price: $________, Total Price Line Item 0001:$________. Line Item 0002 Supplies/Services: Sandbag removal and staging in Ward County West of Hwy 83. Quantity: 1,000, Unit: Net Tons (2000lbs), Unit Price $___________. Total Price Line Item 0002 $___________. Line Item 0003 Supplies/Services: Removal and Staging of Metals and White Goods in Ward County West of Hwy 83. Quantity: 200, Unit: Net Tons (2000lbs), Unit Price $___________. Total Price Line Item 0003 $___________. Line Item 0004 Supplies/Services: Removal and Disposal of all eligible debris from Public Property in the City of Burlington. Quantity: 3,250, Unit: Net Tons (2000lbs), Unit Price: $________, Total Price Line Item 0004:$________. Line Item 0005 Supplies/Services: Sandbag removal and staging from Public Property in the City of Burlington. Quantity: 4,000, Unit: Net Tons (2000lbs), Unit Price $___________. Total Price Line Item 0005 $___________. Line Item 0006 Supplies/Services: Removal and Staging of Metals and White Goods in the City of Burlington. Quantity: 125, Unit: Net Tons (2000lbs), Unit Price $___________. Total Price Line Item 0006 $___________. DEBRIS REMOVAL EAST OF HWY 83: Line Item 0007 Supplies/Services: Removal and Disposal of all eligible debris from Public Property in Ward County East of Hwy 83. Quantity: 7,500, Unit: Net Tons (2000lbs), Unit Price: $________, Total Price Line Item 0007:$________. Line Item 0008 Supplies/Services: Sandbag removal and staging in Ward County East of Hwy 83. Quantity: 1,000, Unit: Net Tons (2000lbs), Unit Price $___________. Total Price Line Item 0008 $___________. Line Item 0009 Supplies/Services: Removal and Staging of Metals and White Goods in Ward County East of Hwy 83. Quantity: 300, Unit: Net Tons (2000lbs), Unit Price $___________. Total Price Line Item 0009 $___________. Line Item 0010 Supplies/Services: Removal and Disposal of all eligible debris from Public Property in the City of Sawyer. Quantity: 200, Unit: Net Tons (2000lbs), Unit Price: $________, Total Price Line Item 0010:$________. Line Item 0011 Supplies/Services: Sandbag removal and staging from Public Property in the City of Sawyer. Quantity: 4000, Unit: Net Tons (2000lbs), Unit Price $___________. Total Price Line Item 0011 $___________. Line Item 0012 Supplies/Services: Removal and Staging of Metals and White Goods in the City of Sawyer. Quantity: 10, Unit: Net Tons (2000lbs), Unit Price $___________. Total Price Line Item 0012 $___________. Debris quantities are estimates and are not guaranteed. Total price is a Not to Exceed (NTE) amount and may not be exceeded without a modification to the purchase order. Contractor will be paid for actual amounts of debris hauled as shown on weight tickets produced at the scales at disposal sites. PLEASE SEE THE COMPLETE STATEMENT OF WORK PROVIDED AS AN ATTACHED FILE. SUBMITTALS: Prospective contractors must include with their quote all information required by the Evaluation and Selection Procedures below, the Disaster or Emergency Area Representation required by FAR 52.226-3 (clause set out in full text below), and a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. Debris Removal and Disposal: GENERAL: 1.The purpose of this synopsis (and the Statement of Work file attached) is to define the requirements for removal and disposal of all eligible debris following the 2011 flood event. Award will be a Firm-fixed price, commercial purchase order for the area(s) within the Boundaries defined in the Statement of Work. The Government intends to make multiple awards for all work required by this Solicitation. SERVICES: 1) The contractor shall provide for segregation, removal, and disposal of all eligible debris from public property in Ward County, ND. 2.) Construction & demolition (C&D) material, white goods, and incidental vegetative debris shall be taken to Minot City landfill if the debris is removed west of US Hwy 83 if the debris is removed east of US Hwy 83 the debris shall be taken to the McDaniel Landfill. 3.) Sandbags shall be hauled to a designated County staging area. The estimated amount of debris to be removed under this contract is shown on the individual bid schedules, but not guaranteed. The unit price on the individual bid schedules will be used for payment regardless of quantity actually removed. 2. HAUL AND DISPOSE: The work shall consist of segregating, removing, and hauling of any and all eligible debris (see the debris classification section for a definition of eligible debris) from public property and the right of way (ROW) of public streets and roads. Work shall include: 1.) examining and sorting eligible debris and to determine whether eligible debris is construction and demolition (C&D) material, sandbags, household hazardous waste (HHW), or white goods. 2.) loading the eligible debris. 3.) hauling the eligible debris to the appropriate disposal location. 4.) household hazardous waste and e-waste will be segregated and placed on the ROW for pickup by others. Ineligible debris shall not be loaded, hauled, or dumped under this contract. The Contractor, at its sole expense, shall be responsible for the proper disposal of any and all ineligible debris that it fails to segregate. In addition, as between the Government and the Contractor, the Contractor shall be liable for the costs of any environmental response to any release of hazardous wastes or hazardous substances from ineligible debris that the Contractor fails to properly segregate and contain. The contractor shall perform all work in a manner to prevent damages to public and private property, including all landscaped areas. The contractor shall promptly repair any damages caused by the contractor's activities under this contract at no additional cost to the government. All equipment to be used on the project shall be approved by the COR prior to use. All loading equipment is required to operate from the street/road using buckets and/or boom and grapple devices to remove and load the debris. The government reserves the right to inspect the site, verify quantities and review operations at any time. The Contractor shall be responsible to ensure compliance with the requirements of this contract by its employees and subcontractors. If the contractor encounters animal remains, the remains shall be treated as ineligible debris. The contractor shall immediately notify: The Contracting Officer or designated representative. If the contractor encounters ammunition, weapons, or explosives during removal activities, all work shall be stopped. The contractor shall immediately notify: The Contracting Officer/designated representative and local law enforcement. If the contractor encounters valuable items that may have been inadvertently disposed of, such items shall be secured at the location where found and work may continue. Valuables include things like jewelry, cash, safes, and other items of monetary value. Under no circumstance shall contractor employees keep any found items for souvenirs or other uses. If valuable items are found, the contractor shall immediately notify: The Contracting Office or designated representative. The Contractor shall make a minimum of three passes through each designated work area. The Contractor shall leave a minimum of 48 hours between each pass. The Contractor shall not move from one designated work area to another designated work area without prior approval from the COR. Successive passes shall follow the same general order as earlier passes. Eligible flood related debris located on Public Property will be removed by the contractor. The following are the various types of eligible flood related debris: 1.) Vegetative debris consists of whole trees, tree stumps, tree branches, tree trunks, and other leafy material. 2.) Construction and demolition debris consists of damaged components of buildings and structures such as lumber and wood, gypsum wallboard, glass, metal, roofing material, tile, carpeting and floor coverings, window coverings, pipe, concrete, fully cured asphalt, equipment, home furnishings, sand bags, and fixtures. 3.) White goods are defined as refrigerators, freezers, washers, dryers, and air conditioners. Ineligible flood related debris that is to be segregated and left on the curb for pick-up by others are as follows: 1.) Household hazardous waste is defined as items like poisons, paint, solvents, oil, gasoline, etc.; 2.) E-waste is defined as items like computers, televisions, stereos, etc. EQUIPMENT: All trucks and other equipment used by the contractor shall be in compliance with all applicable federal, state, and local rules and regulations. All trucks and other equipment must be equipped with backup alarms. Any truck used to haul debris must be capable of rapidly dumping its load without the assistance of other equipment. Sideboards or other extensions to the bed are allowable provided they meet all applicable rules and regulations, cover the front and both sides, and are constructed in a manner to withstand severe operating conditions. The sideboards are to be constructed of 2" by 6" boards or greater and not extend more than two feet above the metal bedsides. Use of sideboards is subject to approval by the COR. All trailers shall have a metal-framed exterior and a minimum of 5/8" plywood (not wafer board) interior walls. All equipment used to haul debris shall be equipped with a tailgate that will effectively contain the debris during transport and permit the truck or trailer to be filled to capacity. Webbing is not acceptable for a tailgate. The Contractor in conjunction with the Government will inspect all equipment for safety and operability prior to use. The COR will provide a form for this purpose. Equipment deemed unsafe or inoperable by the COR shall not be used in the contract work. Prior to commencing debris removal operations, the Contractor shall present to the COR all trucks, trailers, or containers that will be used for hauling debris. Each truck or trailer shall be weighed to determine the tare weight. Each truck or trailer shall be numbered and clearly display the tare weight for identification with a permanent marking. The COR may, at any time, require that the trucks be re-weighed. The trucks fuel tanks must all be at least full when the tare weight is determined. The Contractor shall notify the COR and provide for its weighing each time a new truck, trailer or container is to be used under this contract. No trucks or trailers without approved tare weights shall be used in the contract work. Trucks and equipment which are designated for use under this contract shall not be used for any other work during the working hours of this contract. The Contractor shall not solicit or accept work from private citizens or others to be performed in the designated work areas during the period of this contract, including any negotiated extensions. Under no circumstances will the Contractor mix debris hauled for others with debris hauled under this contract. Loading equipment used under this contract shall be rubber tired and sized properly to fit loading conditions. Non-rubber tired equipment must be approved by the COR. All work shall be accomplished in a safe manner in accordance with EM 385-1-1 and OSHA standards. DUMPSITES: 1. The Contractor shall use only the designated dumpsite for disposal of all material included in the statement of work. All landfill disposal charges, fees and taxes are the responsibility of the contractor. PERFORMANCE SCHEDULE: The Contractor shall commence performance within twenty-four (24) hours of receipt of notice to proceed. The contractor will provide a minimum of 5 crews to commence debris removal operations within twenty-four (24) hours of receipt of notice to proceed. Prior to commencing debris removal operations, the contractor shall, with input from Ward County and the COR, provide a work plan showing where operations will begin and which areas debris clearance will occur on a 7 and 14 day projection. The plan shall be updated every Monday and submitted to the COR. The plan should also include priority locations provided by the City of Minot. All activity associated with debris operations shall be performed during daylight hours. The contractor shall work 7 days per week, including holidays. The performance period under this contract is 60 calendar days from the date of contract award, unless the Contracting Officer releases the contractor prior to that time. REPORTING: 1. The Contractor shall submit a report to the COR during each day of the term of the contract. A sample daily operational report is attached. Discrepancies between the daily report and the corresponding weigh tickets shall be reconciled no later than the following day. Un-reconciled weigh tickets are not eligible for payment. OTHER CONSIDERATIONS: The Contractor shall supervise and direct the work, using skillful labor and proper equipment for all tasks. Safety of the Contractor's personnel and equipment is the responsibility of the Contractor. The Contractor shall obtain any federal, state, or local licenses or permits required to perform the work under this contract. The Contractor shall be responsible for taking corrective action in response to any notices of violations issued as a result of the Contractor's or any subcontractors' actions or operations during the performance of this contract. Corrections for any such violations shall be at no additional cost to the government. Contractor shall adhere to city and local ordinances to carry contractor identification. The Contractor shall be responsible for control of pedestrian and vehicular traffic in the work area. The Contractor shall provide all flag persons, signs, equipment, and other devices necessary to meet federal, state, and local requirements. At a minimum, one flag person shall be posted at each approach to the work area. Work shall be accomplished in a safe manner in accordance with EM385-1-1. The Contractor is responsible for dust control. The Contractor shall be in compliance with all state and local laws for dust control. The Contracting Officer may suspend contractor operations due to severe weather or other dangerous conditions. SAFETY PROVISIONS: The safety provisions as specified herein refer to the most recent edition of EM 385-1-1 to include any changes in place at the time of contract advertisement. The latest edition of EM 385-1-1 may be accessed at http://www.hq.usace.army.mil/soh/hqusace_soh.htm. Accident Investigations and Reporting. Refer to EM 385- 1-1, Section 01.D. Accidents shall be investigated and reports completed by the immediate supervisor of the employee(s) involved and reported to the Contracting Officer or his/her representative immediately and the accident report submitted on Eng Form 3394 within one working day after the accident occurs. All data reported must be complete, timely and accurate. A follow-up report shall be submitted when the estimated lost time days differs from the actual lost time days. EVALUATION AND SELECTION PROCEDURES: FAR Clause 52.212-1 Instructions to Offerors--Commercial Items (JUN 2008) applies to this acquisition. All quotes submitted will be evaluated on price and Stafford Act eligibility. The Government intends to award multiple firm-fixed-price purchase orders as a result of this Solicitation, and intends to award without discussions. The Government reserves the right to hold discussions if it deems them necessary. Stafford Act eligibility - In order to be determined to be eligible, the offeror must demonstrate and certify that its firm's principle place of business is within one of the North Dakota counties included in the FEMA disaster declaration. Significant factors that will affect contract award are listed below: a. Operations - The Contractor shall provide sufficient documentation of experienced management (especially the qualifications of the Operations Manager), sufficient number of personnel and equipment to demonstrate that they have the capability to perform the required work in the time required. In addition, all required submittals must be sufficient in content for the Government to determine that the offeror has a satisfactory understanding of the necessary operations in accordance with the statement of work. Business Experience - In order to be determined to be technically acceptable, the offeror must demonstrate that its firm has experience on contracts of a similar nature and utilizing a comparable number of personnel with like skills. c. Past Performance - In order to be determined to be acceptable, the offeror must demonstrate that its firm has had acceptable performance on contracts of a similar nature, and utilizing a comparable number of personnel with like skills. The lack of past performance information will not be evaluated favorably or unfavorably for this factor provided the prospective contractor certifies that additional past performance information is not available and provides an acceptable explanation as to why additional past performance is not available. The Contractor shall provide all required submittals with the quote package. NOTE: FAILURE TO PROVIDE ALL REQUIRED SUBMITTALS MAY BE CAUSE FOR YOUR PROPOSAL TO BE REJECTED AS NOT MEETING THE TECHNICAL REQUIREMENTS, OR FOR A DETERMINATION THAT YOU DO NOT MEET THE REQUIREMENTS FOR TECHNICAL ACCEPTABILITY: 1.) Operations Plan: Site specific operational components of the Management/Operations Plan are indicated in the content minimum requirements in attachment C, and must be submitted to the COR not later than three (3) days following receipt of notice to proceed. 2.) Accident Prevention Program: Contractor may begin work with an Interim Accident Prevention Plan approved by the COR. Within 10 days of receipt of award of the contract, four copies of the Accident Prevention Program shall be submitted to the Contracting Officer for review and approval. Before initiation of work, an interim site specific, Accident Prevention Plan (APP) with appropriate appendices written in English by the Prime Contractor for the specific work and hazards of the contract, and implementing in detail the pertinent requirements of the most recent edition of EM 385-1-1, must be submitted reviewed and found acceptable by the COR. APPs shall be developed and submitted by the Contractor in the formats provided in Appendix A of the appropriate edition of EM 385-1-1. The Contractor shall address each of the elements/sub-elements in the outline contained in Appendix A in the order that they are provided in the Manual. If by the nature of the work an item is not applicable, the Contractor will so state and provide an explanation for why that element/sub-element is not applicable. The APP (including the interim-APP) will be developed by qualified personnel and will be signed in accordance with Appendix A.1 of EM 385-1-1. The Contractor shall be responsible for documenting the qualified person's credentials. The Contractor's APP will be job-specific and will include work to be performed by subcontractors and measures to be taken by the Contractor to control all hazards associated with the contract work. The contractor shall conduct all contract work in full compliance with all contract requirements. Any work not conforming to all contract requirements shall be promptly cured to the satisfaction of the Government. Nothing in the preceding sentence precludes the Government from also taking a deduction in contract price for nonconforming work. Stop Unsafe Work. The COR may immediately stop work on that portion of the job affected by a safety hazard until it is corrected. The COR may discuss corrective actions with the Contractor to prevent future occurrences. Prospective contractors must include with their quote all information required by the Evaluation and Selection Procedures above, the Disaster or Emergency Area Representation required by FAR 52.226-3 (clause set out in full text below), and a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. Offerors who are registered in ORCA are not required to submit FAR 52.212-3. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil or http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items and the following clauses cited within that clause: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; FAR 52.219-8 Utilization of Small Business Concerns; 52.219-9 Small Business Subcontracting Plan; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.226-4 Notice of Disaster or Emergency Area Set-Aside; FAR 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (clause set out in full text below); FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. The following Clauses are also applicable to this acquisition: FAR 52.215-5 Facsimile Proposals; DFARS 252.204-7004 Alternate A Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7002 Requests for Equitable Adjustment. Department of Labor Wage Determination numbers Mississippi 2005-2407(Rev 11) for Ward County. SEE ATTACH WAGE DETERMINATION. The following clause is provided in full text and is applicable to this acquisition: Note: Prospective contractors must check the appropriate block in the clause 52.226-3(b) Representations. 52.226-3 DISASTER OR EMERGENCY AREA REPRESENTATION (NOV 2007) Disaster or Emergency Area Representation (Nov 2007) (a) Set-aside area. The area covered in this contract is: Ward County, North Dakota (b) Representations. The offeror represents that it __ does __ does not reside or primarily do business in the designated set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months- (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror's gross revenues and employed at least half of the offeror's permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include- (1) Physical location(s) of the offeror's permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror's gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. (End of provision) 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (a) Definitions. The definitions of the following terms used in this clause are found in the Small Business Administration regulations at 13 CFR 125.6(e): cost of the contract, cost of contract performance incurred for personnel, cost of manufacturing, cost of materials, personnel, and subcontracting. (b) The Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the Contractor or employees of other businesses residing or primarily doing business in the clause at FAR 52.226-4, Notice of Disaster or Emergency Area Set-Aside; (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The Contractor or employees of other businesses residing or primarily doing business in the set-aside area shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials; (3) General construction. The Contractor will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area; or (4) Construction by special trade Contractors. The Contractor will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area. (End of clause) If you are not registered in the CCR, an award may be made to your company; however, you will be required to register as soon as possible following award, and registration expedites payment. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due Wednesday July 20, 2011, not later than 10 am at the US ARMY CORPS OF ENGINEERS, St. Paul District Contracting Office, 180 5th Street East, Suite 700, St. Paul, MN. 55101-1678, ATTN: Tracey M. Lowe, Contract Specialist. Quotes may be submitted electronically by email or fax at the address/fax number listed below, providing all required information is included. Failure to submit the required information for the Government to evaluate an offeror's proposal may cause that offer to be determined non-responsive and rejected. REQUESTS FOR INFORMATION AND QUESTIONS REGARDING THIS SOLICITATION MUST BE IN WRITING AND MAY BE EMAILED TO Tracey.M.Lowe@usace.army.mil. OR FAXED TO 651-290-5706.PLEASE SEE THE COMPLETE STATEMENT OF WORK PROVIED AS AN ATTACHED FILE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-11-R-1001/listing.html)
- Place of Performance
- Address: USACE District, St. Paul Contracting Division CEMVP-CT, 180 East Fifth Street St. Paul MN
- Zip Code: 55101-1678
- Zip Code: 55101-1678
- Record
- SN02501289-W 20110718/110716233029-dfd53f4b0c67ace3698ab5d97bc1d0a8 (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 |