MODIFICATION
Y -- Fort Randall Road Rehab - Solicitation 1
- Notice Date
- 7/18/2016
- Notice Type
- Modification/Amendment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-16-B-0017
- Archive Date
- 9/2/2017
- Point of Contact
- John Hickman, Phone: 4029952016
- E-Mail Address
-
john.d.hickman@usace.army.mil
(john.d.hickman@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Federal Business Opportunities Information Date: 2016 June 16 SOLICITATION NO. W9128F-16-B-0017 This solicitation is RESTRICTED TO SMALL BUSINESS PARTICIPATION. Project Description: (Approx. quantities) This project will consist of an IDCC-Single Award Task Order Contract for concrete and asphalt road related projects at the Fort Randall Project, SD. The contract will be awarded to a single contractor and will stand for a period of 4 years from Notice to Proceed (NTP). The awarded Contractor will be under contract with the Government for a period of four (4) years, ending 4 years after NTP. During this timeframe, individual delivery orders will be assigned to the awarded Contractor. Unit prices for each delivery order will be based on the bid schedules provided for each year as submitted by the awarded contractor. This contract will guarantee the awarded contractor a minimum of $10,000.00 per year, but will be limited to a maximum of $1.5 million dollars worth of accumulated work over the life of the contract. This is a four year contract from the Notice To Proceed. The minimum awarded amount is $10,000 per year and a maximum amount of $1,500,000 total for the five years. _______________________________________________________________________________ This is an indefinite quantity contract for rehabilitation of roads effective for 4 years from the Notice to Proceed. 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 for Representations and Certifications Application (ORCA) is now located in System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. 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 SAM. Questions should be sent to: John Hickman 402 995 2016. 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-16-B-0017/listing.html)
- Place of Performance
- Address: Fort Randall Dam, Fort Randall, South Dakota, 57367, United States
- Zip Code: 57367
- Record
- SN04186005-W 20160720/160718234425-5d7695218321ff2d7c4a31b2cdf59ea5 (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 |