Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1997 PSA#1978

International Boundary & Water Commission, United States Section, The Commons, Building C, Suite 310, 4171 N Mesa St., El Paso TX 79902-1441

Y -- CONSTRUCTION OF CHAIN LINK FENCE SOL IFB 98-02 DUE 012398 POC Mary Nichols, 915 534-6682, Ext. 235 WEB: USIBWC, acq div, http://www.ibwc.state.gov. E-MAIL: usibwc, acq div, ibwc09@whc.net. Pre-Solicitation Notice. The contractor shall provide all labor, materials, equipment, and supervision necessary for the construction of a chain link fence along Reaches A, B, and C of the Rio Grande American Canal Extension (RGACE) Project. The RGACE Project is located on U.S. Government property adjacent to the Rio Grande and on the land side of the U.S. river levee. The Project is designed to convey 1535 cfs of irrigation water in a concrete lined trapezoidal channel. Reaches A, B, and C are continuous, and their total length is approximately 12 miles. Reach A begins at the Second Street Turnout from the Canal, and Reach C ends at the junction of the RGACE with the Riverside Canal. Located along Reaches A, B, and C are various hydraulic structures, including check structures, drop structures, bridges, and wasteways, all of which shall be enclosed by the fence. Included in this procurement will be the construction of approximately 24 miles of chainlink fence, 88 single panel pedestrian gates, four (4) double panel vehicle gates, 550 linear feet of steel beam guard rail, four (4) vehicle barricade gates, and placement of 35 cubic yards of compacted fill. The chain link fence shall be topped with three (3) strands of barbed wire. The contract will be for the immediate construction of the fence on the north side of the canal, along with the construction of associated gates and guardrail. Fencing for the south side of the canal is subject to Federal Acquisition Regulation (FAR) Clause 52.232-18 Availability of Funds. A firm-fixed price contract will be awarded for this procurement. The performance period is 180 calendar days after receipt of notice to proceed for the north side, and 120 calendar days for the south side after notification of availability of funds. Notification of availability of funds for the south side shall be provided in writing to the contractor prior to, but not latter than, September 30, 1998. The estimated range of construction for the entire project is between $1,000,000 and $5,000,000. Tentative dates for issuing and opening IFB 98-02 are December 8, 1997, and January 23, 1998. Copies of the bid package are available at a cost of $60.00, non-refundable, payable to the USIBWC and mailed to United State Section, International Boundary and Water Commission, 4171 North Mesa Street, Suite C-310, El Paso, TX 79902-1441. Plans will also be available for inspection at the preceding address, Suite C-206. All requests for bid documents must be made in writing, no telephone or facsimile requests will be accepted. Requests for bid documents must be sent to the preceding address, Suite C-310, ATTN: Mary Nichols (IFB 98-02), and must be received by December 8, 1997, in order to ensure availability of bid documents. Limited copies will be available after that date and will be issued on a first-come first-serve basis. The applicable SIC code for this procurement is 1629. The applicable small business size standard, including affiliates, is no more than $17 million average annual gross revenue for the previous three years. This is a 100% set-aside for small business concerns. (0324)

Loren Data Corp. http://www.ld.com (SYN# 0082 19971124\Y-0003.SOL)


Y - Construction of Structures and Facilities Index Page