Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2022 SAM #7462
SOLICITATION NOTICE

Z -- Z--ND-VALLEY CITY WETLAND MANAGEMENT DISTRICT-REHAB TOMAHAWK DAM

Notice Date
5/4/2022 6:33:20 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
FWS SOUTHWEST REGIONAL OFFICE ALBUQUERQUE NM 871031306 USA
 
ZIP Code
871031306
 
Solicitation Number
140F0222R0015
 
Response Due
6/22/2022 11:00:00 AM
 
Point of Contact
Perry, Jerry, Phone: 3048767699, Fax: (304)876
 
E-Mail Address
Jerry_Perry@fws.gov
(Jerry_Perry@fws.gov)
 
Description
PROJECT INFORMATION: The U.S. Fish and Wildlife Service anticipates issuing a solicitation for a construction contract in the forthcoming months. The project location is at the Tomahawk National Wildlife Refuge, Valley City Wetland Management District, Barnes County, North Dakota. The work includes the demolition of existing uncontrolled trapezoidal channel/service spillway, clearing and grubbing, stripping, excavation and fill placement incidental to construction of project features, construction of service spillway approach channel including all stripping and excavation, construction of new service spillway reinforced concrete labyrinth weir, slabs, training walls, and culvert, installation of stop log bay within the labyrinth weir of the new service spillway, modifications to the existing embankment including stripping, excavation, and fill placement, installation of guardrail along the roadway at the new spillway, installation of riprap armoring in downstream channel, diversion and care of water activities, including cofferdams and dewatering activities, installation, maintenance and removal of all temporary erosion and sediment control (E&SC) measures and temporary facilities, construction of gravel access road at the dam crest, and site restoration including placement of topsoil, seed, and mulching. All work identified in the specifications and drawings shall be completed within 180 days from the Notice to Proceed. Information on a site visit and instructions to obtain access to the site will be provided in the solicitation. It is anticipated that a single organized site visit will be conducted approximately one week after the release of the solicitation. The primary NAICS for this acquisition will be 237990, with a small business size standard of $39.5 million. PROPOSAL PERIOD: The Request for Proposal is scheduled for release on or about 23 May 2022. The proposals will be due on or about 22 June 2022. The anticipated award date is 14 July 2022. PROPOSAL PROCEDURES: The acquisition will be issued as a Small Business Set-Aside, Request For Proposal through SAM.gov. The Government may include options in the solicitation. The magnitude of the project is between $500,000 and $1,000,000. A Bid Guarantee, Performance Bond and Payment Bond will be required. This acquisition will result in a single fixed price construction contract. Award shall be made to the responsible offeror whose proposal, conforming to the solicitation, will be most advantageous to the Government, considering the evaluation factors included in the solicitation. This is an electronically issued acquisition. The Government will issue the solicitation via sam.gov. Faxed proposals will not be accepted. All responsible sources may submit a proposal that will be considered by this agency.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/16f4a09d8d164b08b3cc45d438c50c3d/view)
 
Record
SN06317078-F 20220506/220504230110 (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.