Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOLICITATION NOTICE

Y -- Wetland Reserve Program Repair Project in Williamsburg County, SC

Notice Date
5/6/2020 7:51:49 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
 
ZIP Code
20250
 
Solicitation Number
12FPC120B0003
 
Response Due
6/16/2020 7:00:00 AM
 
Archive Date
07/01/2020
 
Point of Contact
Danny Mandell, Phone: 2547429923, Julie Simpson, Phone: 8169261200
 
E-Mail Address
danny.mandell@wdc.usda.gov, julie.simpson@usda.gov
(danny.mandell@wdc.usda.gov, julie.simpson@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRESOLICITATION NOTICE FOR INVITATION FOR BID (IFB): FIRM-FIXED PRICE CONSTRUCTION: United State Department of Agriculture (USDA) Natural Resource Conservation Services (NRCS) has a requirement for Wetland Reserve Program (WRP) Repair project in the County of Williamsburg, South Carolina.������ This procurement is a Total Small Business Set-Aside ACQUISITION and will be released under Solicitation Number 12FPAC120B0003. The small business size standard is based on the North American Industry Classification System (NAICS) Code 237990 Other Heavy and Civil Engineering Construction with a size standard of $36.5 million average annual income.� PROJECT DESCRIPTION. �The work to be performed under this contract is the repair of rock crossings at eleven sites.�� The materials from the original crossing will be left in place.� Any muck and debris on the existing crossing shall be removed to the original rock surface.� The materials for the crossing repair shall be laid on top of the rock in the original crossing.� Channel approaches and exists from the crossings shall be shaped and graded to provide good water flow over the crossings.� All areas disturbed during construction shall be seeded. PROJECT DURATION. �60 calendar days after the Notice to Proceed (NTP) is issued. �Contract approximate Period of Performance June 2020 through August 2020. SUMMARY. Contractor shall furnish provide and furnish all supervision, labor, materials, tools, equipment, transportation, supplies and travel necessary to provide the required services to improve restoration practice of this conservation easement in accordance with NRCS design specifications, and terms and conditions of the contract, and other attachments provided. WORK TO BE PERFORMED BY PRIME CONTRACTOR. The contractor shall perform, with its own organization, work equivalent to at least 50 Percent of the value for the work of the contract. ESTIMATE PRICE RANGE. The estimated price range for this project is between $100,000 - $250,000. PREBID/PROPOSAL-TELECONFERENCE/SITE VISIT (CONSTRUCTION). Site visit information will be outlined in the solicitation. Site showings are typically held within 1-2 weeks from the date the solicitation is posted in www.beta.SAM.gov. There will be no public bid opening. The purpose of this site visit will be to answer questions regarding, or requests for clarification of, the Statement of Work and/or Specifications. Although questions during the site visit are permissible, statements or representations made during the site visits are not legally bindings. Changes resulting from the site visits are official only if issued through an Amendment to the Invitation for Bid (IFB) solicitation. Contractors are strongly urged to attend site visit/showing.�� BONDING REQUIREMENTS. All Offerors must ensure that their firms have the ability to provide both 100 Percent of the Performance and Payment Bonds requirements. In addition, Offerors will be required to submit a bid guarantee/bid bond, (20 percent) with their bid/proposal. SOLICITATION PACKET (IFB, Terms and Conditions, Clauses, Provisions, Technical Specifications, and Drawings). The solicitation packet will be available on or about May 19, 2020 on the FEDERAL BUSINESS OPPORTUNITY (FedBizOpps) website at www.beta.SAM.gov. Potential Offerors are advised that they are responsible for obtaining and acknowledging any and all amendments to the solicitation. It is the Offerors responsibility to view the FedBizOpps website daily as no other notification of amendments will be provided on any revisions to this announcement or other notices. SYSTEM FOR AWARD (SAM) REGISTRATION:� All prospective contractors must register in the System for Award Management (SAM) registration database at www.beta.SAM.gov to be considered for an award of a federal contract.� QUESTIONS OR CLARIFICATIONS. All questions or requests for clarifications of the terms, conditions, and requirements of this Invitation for Bid (IFB) shall be submitted to the Contract Specialist, Danny Mandell at danny.mandell@usda.gov.� Please direct all questions via email only. If you have questions on the specification or requirements of the project, contact COR, Jonathan Todd, Civil Engineer, at jonathan.todd@usda.gov. Please ensure that you �cc� both the Contract Specialist and the COR on all questions pertaining to the requirements of the solicitation. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/730bdb21b4884119a0194946e440b099/view)
 
Place of Performance
Address: SC, USA
Country: USA
 
Record
SN05647970-F 20200508/200506230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.