|
COMMERCE BUSINESS DAILY ISSUE OF MAY 3,2000 PSA#2592U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 Z -- ROAD REHAB OF PROJECT ROADS AT FORT RANDALL DAM, SD AND GAVINS
POINT PROJECT, NE SOL DACW45-00-B-0010 DUE 060800 POC Contracting
Division, Bill Clausen, 402-221-4859, Technical, Bryan Bradley, Gavins
Point, 402-667-7873x3262, or gary Paul, Fort Randall,
605-487-7845x3232, Small Business, Hubert Carter, 402-221-4110,
Questions on contents of Specifications and drawings, 402-221-4411 WEB:
Omaha District Advertised Solicitations,
http://ebs.nwo.usace.army.mil/ebs/contract.htm. E-MAIL:
william.r.clausen, william.r.clausen@usace.army.mil. 21 April
2000,PROJECT INFORMATION,Solicitation No.DACW45-00-B-0010.On or about
09 May 2000, this office will issue Invitation for Bids for the
construction of IDCC Road Rehab For Gavins Point Dam and Fort Randall
Dam, SD. Bids will be opened on or about 08 June 2000. This
solicitation is restricted to small business participation.Contractors
interested in inspecting the site of the proposed work should
contact:Fort Randall: Gary Paul, Fort Randall Project, US Army Corps of
Engineers, PO Box 199, Pickstown, SD 57367-0019, (605) 487-7845 Ext
3232.Gavins Point: Bryan Bradley, Gavins Point Project, US Army Corps
of Engineers, PO Box 710, Yankton, SD 57078-0710 (402) 667-7873 Ext
3262.DO NOT submit requests for plans and specifications to the site
visit personnel listed above. See "Ordering" below.The work will
include the following: (Approx. quantities)Work consists of supplying
materials and labor for rehabilitation of roads located in the Fort
Randall Dam-Lake Francis Case area, and the Gavins Point Dam-Lewis and
Clark Lake area. Work and materials for reconditioning and resurfacing
roads includes grading; seeding; topsoil; gravel surfacing; granular
sand; aggregate base course; concrete for roads, curb and gutter, and
boat ramps; bituminous pavement; striping for roads, shoulder,
centerline, and parking areas, cold milling pavements; and sealing.The
total amount of work not to exceed 1,000,000 in a two year
period.Contractor's Quality Control will be a requirement in this
contract.Large business concerns submitting bids for services exceeding
$500,000 or for construction exceeding $1,000,000, shall comply with
Federal Acquisition Regulation 52.219-9 regarding the requirement for
a subcontracting plan. The U.S. Army Corps of Engineers considers the
following goals reasonable and achievable for fiscal year 1999:(a)
Small Business:61.2% of planned subcontracting dollars.(b) Small
Disadvantaged Business:9.1% of planned subcontracting dollars.(c) Women
Owned Small Business: 5.0% of planned subcontracting dollars.This is an
indefinite quantity contract for rehabilitation of roads effective from
the date of award through 30 September 2000, with one option year. The
Contractor will be required to commence work immediately after Notice
to Proceed on each delivery order. Each delivery order will be issued
with a time of completion. Provisions will be included for liquidated
damages for each delivery order in case of failure to complete the
work in the time allowed. Performance and payment bonds will be
required for each individual delivery order.The plans and
specifications are available on Compact Disk (CD-ROM) and will be
provided free of charge. It has been determined that the number of
Compact Disks be limited to one (1) per firm. Plans and Specifications
will not be provided in a printed hard copy format. Contractors may
view and/or download this project from the Internet at the following
address:http://ebs.nwo.usace.army.mil/EBS/AdvertisedSolicitations.asp.
Ordering of CD-ROM shall be made through the Internet address above.
To register on the Omaha District website, go to the "Solicitation
Registration" section of the synopsis and click on the link for
"Registering". If you do not have Internet access, then you may fax
your request to (402) 221-4530, faxed requests will take longer to
process, causing a delay in receiving Solicitation documents.Please
include the following information:1)Name of Firm;2)Point of
Contact;3)Mailing Address;4)Street Address for Parcel Delivery
Service;5)Telephone and Fax Phone Numbers with Area Code (FAX numbers
are mandatory to ensure the receipt of any amendments that may be
faxed);6)Level of Participation (General Contractor, Subcontractor,
Supplier or Plan Room); and 7)Large Business, Small Business or Small
Disadvantaged Business.If any of the information changes during the
advertisement period, submit the information via e-mail to
william.r.clausen@usace.army.mil or by written request or fax. Failure
to provide the above information and any changes may cause a delay in
receiving CD-ROM and amendments. Questions regarding the ordering of
the same should be made to: 402-221-4859. Telephone calls regarding
Small Business matters should be made to: 402-221-4110. Telephone calls
on contents of drawings and specifications should be made to
Specification Section at: (402) 221-4411.Commander,U.S. Army Engineer
District Omaha,ATTENTION:CENWO-CT-S,215 North 17th Street,Omaha, NE
68102-4978. Posted 05/01/00 (W-SN450082). (0122) Loren Data Corp. http://www.ld.com (SYN# 0096 20000503\Z-0005.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|