Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2018 FBO #5991
SOLICITATION NOTICE

Z -- OTT - Lake Ottawa Fishing Pier - 12569R18Q0012 Lake Ottawa Fishing Pier

Notice Date
4/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Lake States Acquisition Team (LSAT), 500 Hanson Lake Road, Rhinelander, Wisconsin, 54501, United States
 
ZIP Code
54501
 
Solicitation Number
12569R18Q0012
 
Archive Date
6/5/2018
 
Point of Contact
Annette C. Caliguri, Phone: 906-428-5842, Eric Johnson, Phone: 906-932-1330 ext 322
 
E-Mail Address
acaliguri@fs.fed.us, ericjohnson@fs.fed.us
(acaliguri@fs.fed.us, ericjohnson@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment D - Experience Questionnaire Attachment C - Wage Determination Attachment B - Plans & Drawings Attachment A - Statement of Work/Specifications 12569R18Q0012 Lake Ottawa Fishing Pier Solicitation Document The USDA Forest Service, Lake States Acquisition Team is announcing an opportunity for removal and disposal of an old fishing pier and construction of a new half-permanent, half floating fishing pier at the Lake Ottawa Campground Day Use Area on the Ottawa National Forest in the Upper Peninsula of Michigan. This work consists of mobilization, improvements of the walkway leading to the Fishing Pier, construction of a new ADA/ABA Compliant Fishing Pier and contractor demonstration to the Forest Service staff on winterization/storage of the floating section of the fishing pier. Proposed fishing pier should also be constructed in a manner for additional add-on in the future. The applicable North American Industry Classification System (NAICS) Code is primarily 237990. The Small Business Administration size standard is $36.5 million. Estimated magnitude of construction is between $25,000 and $100,000. Contractors are required to be actively registered with the System for Award Management (SAM) at www.sam.gov in order to be considered for award. 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. This is a combined synopsis/solicitation using Simplified Acquisition Procedures. No pre-solicitation is required. 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. The contractor shall provide all management and project administration services, quality control, logistical support, vehicles, labor, equipment and materials to complete the work described in the solicitation. Bacon-Davis wage rates apply to this project and are included as an attachment. There is a requirement for payment protections (payment bond or irrevocable letter of credit) for offers over $35,000. This payment protection will be for 100% of the offer amount. Project dates are anticipated to start by June 15, 2018 and must be completed for use no later than September 14, 2018. A pre-bid meeting is scheduled to be held at the Lake Ottawa Campground Day Use Site at 2:00 p.m. CST on May 14, 2018. All invoices must be submitted via the electronic Invoice Processing Platform (IPP). This is a mandatory requirement initiated by the U.S. Department of Treasury. For more information see website https://www.ipp.gov/index.htm. Please make sure that your company has registered for an account at https://www.ipp.gov/vendors/enrollment-vendors.htm. Offers may be e-mailed to acaliguri@fs.fed.us SUBJ: 12569R18Q0012 or mailed to the address in Block 5(a) of the SF-18 form by 4:30 pm EST on May 21, 2018. No fax bids will be accepted. Contractors must complete and return: 1) SF-18 Form 2) Section B 3) Section K 4) Experience Questionnaire or equivalent technical information. Contracting Officers Representatives for this contract and for technical questions are: Eric Johnson, 906-285-6898 or ericjohnson@fs.fed.us and Travis Kilpela, 906-852-3500, Ext 8524027 or tkilpela@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/12569R18Q0012/listing.html)
 
Place of Performance
Address: Watersmeet/Iron River Ranger District, Iron River, Michigan, 49969, United States
Zip Code: 49969
 
Record
SN04892870-W 20180419/180417231120-4a1fad8a0e1e8315832c114fa20378a0 (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.