SOLICITATION NOTICE
99 -- IDCC Road Rehab For Fort Randall Dam, Pickstown, SD
- Notice Date
- 7/31/2012
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-12-B-0047
- Response Due
- 8/15/2012
- Archive Date
- 10/14/2012
- Point of Contact
- Mason, Charles, 402.995.2049
- E-Mail Address
-
USACE District, Omaha
(charles.w.mason@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 31 July 2012 Federal Business Opportunities Information SOLICITATION NO. W9128F-12-B-0047 On or about 15 August 2012, this office will issue Invitations for Bid for construction of the IDCC Road Rehab For Fort Randall Dam, Pickstown, SD. The solicitation will close on or about 14 September 2012. This project is set-aside for small business participation. A formal site visit is not planned for this project. The Contractor is welcome to view the site of the proposed work at anytime. Questions about viewing the project site can be sent to Clinton Powell, U.S. Army Corps of Engineers, Telephone: (605)487-7845 ext 3232 or email Clinton.l.powell@usace.army.mil. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See "Obtaining Solicitation Documents" below. _______________________________________________________________________________ Project Description: (Approx. quantities) Work consists of supplying materials and labor for rehabilitation of roads and associated facilities located at the Fort Randall Project area. Work and materials for reconditioning and resurfacing roads includes grading; seeding of disturbed areas; topsoil; gravel surfacing; granular sand; aggregate base course; concrete for roads; curb and gutter; bituminous pavement; striping for roads - shoulder, centerline, and parking areas; storm drainage; and crack sealing. From NTP to 30 September 2012 plus the option year(s) (01 October 2012 to 30 September 2013 and 01 October 2013 to 30 September 2014), the minimum awarded amount is $10,000 and a maximum amount of $1,500,000 (total). _______________________________________________________________________________ This is an indefinite quantity contract for rehabilitation of roads effective from the date of award through 30 September 2012, with two option years. The Contractor will be required to commence work immediately after Notice to Proceed on each delivery order. Each delivery order will be issued with a time of completion. Provisions will be included for liquidated damages for each delivery order in case of failure to complete the work in the time allowed. Performance and payment bonds will be required for each individual delivery order over $25,000 in value. Contractor's Quality Control will be a requirement in this contract. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (www.fbo.gov). Find solicitation announcement in Fed Biz Opps (www.fbo.gov) 1.Use the "Quick Search" to locate the project (by entering all or part of the solicitation number) or use the advanced search features offered in the "Find Opportunities" (large arrow in the middle of the page) or use the "Opportunities" tab followed by the "Advanced Search" tab. 2.By using the "login" feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3.Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading "All Files" or from the "Packages" tab. 4.If you want other vendors, sub-contractors or contractors to contact you, click on the "Interested Vendors" tab and then "Add me to Interested Vendors" link at the bottom of the page. Questions regarding contractual matters should be made to: MSG Charles W. Mason 402 995 2049. Telephone calls regarding Small Business matters should be made to: 402 995 2910. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: 402-995-2494 or Specification Section at: (402) 995 2184. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-C 1616 Capitol Avenue Omaha, NE 68102 4901
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-12-B-0047/listing.html)
- Place of Performance
- Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
- Zip Code: 68102-4901
- Zip Code: 68102-4901
- Record
- SN02821062-W 20120802/120731235508-a2356e0741b88dca678b28f43feb2530 (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 |