Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2018 FBO #6088
MODIFICATION

Z -- Roads Repair & Grading at Buffalo National River,

Notice Date
7/23/2018
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NPS, MWR - Missouri MABO 413 S. 8th Street Springfield IL 62701-1905 US
 
ZIP Code
00000
 
Solicitation Number
140P6218Q0060
 
Response Due
8/14/2018
 
Archive Date
12/31/2018
 
Point of Contact
Logsdon, Kathryn
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NOTICE 140P6218Q0060 ROADS REPAIR & GRADING PROJECT, BUFFALO NATIONAL RIVER, HARRISON, ARKANSAS The National Park Service (NPS), Midwest Region, Missouri Major Acquisition Buying Office, is issuing this Request for Quotation (RFQ) 140P6218Q0060 to solicit quotations for performing road grading and repair of dirt road surfaces along Buffalo National River, Harrison, Arkansas 72601. 1. The work will consist of the Contractor, in accordance with local, state, and federal regulations, and the terms and conditions of the solicitation/contract, providing all labor, supervision, materials, tools, equipment, supplies, transportation, vehicles, licenses, certifications, permits, and other items, services and incidentals necessary to perform road grading and repair of two (2), possibly three (3), dirt road surfaces along Buffalo National River, Harrison, Arkansas 72601. The roads are primarily a hard packed clay with remnants of SB2 base gravel and native sandstone. 2. Locations / Roads. The roads are located in three (3) separate areas near the Jasper, Arkansas area. The two primary road sections, Kyles Landing Road and Camp Orr Road, are the base requirement of the contract; and the secondary road, Pruitt Access Road, is an additive. Pruitt Access Road will only be awarded based on the availability of sufficient government funding at the time of contract award. Should funding become available for Pruitt Access Road after award of the primary road sections, the contract will not be modified to add the secondary road, Pruitt Access Road. Primary Road Sections: a. Kyles Landing Road (1.3 miles) - The dirt road is located approximately 24 miles south of Harrison, AR off Hwy 74. The road work will be performed on county road 56 beginning at the park boundary marker. Distance of section to be worked is approximately 1.3 miles. (See Attachment 2 - Maps 1, 2, and 3) b. Camp Orr Road (1.6 miles) - The dirt road is located approximately 25 miles south of Harrison, AR off Hwy 74. The road work will be performed on Camp Orr Road off county road 56 beginning at the park boundary marker. Distance of section to be worked is approximately 1.6 miles. (See Attachment 2, Maps 1, 4, and 5) Secondary Road Section: c. Pruitt Access Road (0.5 miles) - The dirt road is located approximately 14 miles south of Harrison, AR off Hwy 7 south. The road work will be performed on county road 472 beginning at the park boundary marker directly off Hwy 7 south. Distance of section to be worked is approximately 0.5 miles. (See Attachment 2, Maps 6, 7, and 8) The full details of the work to be performed and specifications are described in Attachment 1 of this solicitation. - - - - - - - - - TYPE OF CONTRACT: This will be a single firm-fixed price construction contract and expected to be awarded in late August 2018 timeframe. Award will be made to only one successful quoter. Davis Bacon Prevailing Wages will apply. PERIOD OF PERFORMANCE: The period of performance will be forty-five (45) calendar days from the date the Notice to Proceed is issued by the Contracting Officer and received by the Contractor. The period of performance also includes final government inspection, completion of punch list items, and final cleanup by Contractor of the contract site. MAGNITUDE OF PROJECT: Between $25,000 and $100,000. NAICS CODE: The North American Industry Classification System (NAICS) Code assigned to the solicitation / procurement is 237310. SMALL BUSINESS SIZE STANDARD: $36.5 million. SET ASIDE: This opportunity is set aside for Small Business concerns. ALTERNATE PAYMENT PROTECTION: Within ten (10) calendar days from the date of contract award, the Contractor will be required to provide to the Contracting Officer, alternate payment protection in the form of a payment bond or an irrevocable letter of credit. The protection amount shall be for 100% of the contract price. SITE VISIT: There will be only one scheduled pre-quotation site visit. Date / Time: Tuesday, July 24, 2018 at 9:00 a.m. central time Location: Buffalo National River 402 N. Walnut Street, Harrison, AR 72601 Quoters are encouraged and expected to attend the scheduled site visit, to inspect the site, make verification of field dimensions, and to satisfy themselves regarding the conditions that may affect the cost of the products and performance. In no event shall failure to inspect and verify the site constitute grounds for a claim after contract award. PUBLICIZING: The official solicitation package (RFQ) can be found on the Federal Business Opportunities (FBO) website at https://www.fbo.gov, and on the FedConnect website at https://www.fedconnect.net. The keyword / solicitation / reference number for the solicitation is 140P6218Q0060. The Contracting Officer will not provide hardcopies or email copies of the solicitation. It is the responsibility of the quoters to monitor the FBO and FedConnect websites to download the solicitation, specifications, attachments, exhibits and all amendments issued against the solicitation. All solicitation documents, along with the method and instructions for submission of quotations shall be included in the forthcoming solicitation. RESPONSE TIME AND AWARD: Response time for submission of all quotations will be Tuesday, August 14, 2018 at 3:00 p.m. central time. QUESTIONS: Questions are due to the Contracting Officer via email at kathryn_logsdon@nps.gov no later than Wednesday, August 8, 2018 at 3:00 p.m. central time. EVALUATION CRITERIA FOR AWARD: Lowest price, technically acceptable. REGISTRATION: All quoters are to have a Unique Entity Identifier (UEI) number (aka DUNS number), be registered and active in the System for Award Management (SAM) at https://www.sam.gov, have completed their Representations and Certifications (Reps & Certs) and be represented as a small business under the NAICS Code of 237310, in order to be awarded a contract; therefore, if you are not already registered and active in SAM, or have not completed your Representations and Certifications at https://www.sam.gov, it is strongly advised that you do so at this time. Failure on the part of the successful quoter to fulfill these requirements and be active in SAM by the time the Contracting Officer makes award may result in award of the contract being made to the next otherwise successful quoter. If you require assistance with acquiring a UEI* (DUNS) number, completing your SAM Registration, Representations and Certifications, adding the assigned NAICS Code to your Reps & Certs, or accessing the solicitation and its attachments, please contact the Procurement Technical Assistance Center (PTAC) closest to you. PTAC locations can be found at http://www.aptac-us.org/new/. POINT OF CONTACT: The point of contact for this solicitation is Kathryn M. Logsdon, Contracting Officer, and can be reached by phone at (217) 391-3225, or by e-mail at kathryn_logsdon@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6218Q0060/listing.html)
 
Place of Performance
Address: Buffalo National River Harrison AR 72601 USA
Zip Code: 72601
 
Record
SN05003146-W 20180725/180723231050-b68a692d19e59453099cfd4ccd891f8e (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.