Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2010 FBO #2995
MODIFICATION

56 -- RECOVERY--56--PROJECT NUMBER 8840, Harry S Truman Dam And Reservoir, MO REQUIREMENT CANCELLATION: W912DQ-10-T-1020

Notice Date
2/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-10-T-1020
 
Response Due
2/3/2010
 
Archive Date
4/4/2010
 
Point of Contact
James D. Kindle, 660-438-7317
 
E-Mail Address
US Army Engineer District, Kansas City
(james.d.kindle@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Construction of Picnic Shelter Concrete Slab, Adjacent Sidewalks and Installation of Prefabricated Picnic Shelters Public Use Areas of the Harry S. Truman Dam and Reservoir Project 6 January 2010 RECOVERY-- Under the American Recovery and Reinvestment Act (ARRA), the US Army Corp of Engineers, Kansas City District, will issue a Request for Quote (RFQ) for a firm-fixed price contract for the erection of Government furnished prefabricated Picnic Shelters, construction of concrete picnic shelter slabs, and associated sidewalks, located at various Public Use Parks of the Harry S. Truman Dam and Reservoir Project. The general scope of work consists of the following: 1)Requirement (1) Contractor shall provide all materials, supplies, equipment, and labor to construct two concrete picnic shelter slabs and sidewalk system, and erect two prefabricated picnic shelters in each of the following public uses parks: " Long Shoal, "Thibaut Point, " Windsor Crossing "Installation of government supplied picnic shelters will be required. "Shelters are a pre fabricated systems with hardware. "The Contractor shall deliver from the HST Maintenance Compound to each construction site the government furnished picnic shelters. "The Contractor shall erect the government furnished prefabricated picnic shelters per the manufactures installation instructions "The government shall determine the erection site for each park listed. 2)Requirement (2) Contractor shall provide all materials, supplies, equipment, and labor to construct a sidewalk and approach system at each of the following vault toilet locations: "Sparrowfoot 2 (two) "Windsor Crossing 1 (one) "Thibaut Pont 2 (two) "Talley Bend 1 (one) "Bucksaw 1 (one) "Bledsoe Ferry 1 (one) "Fairfield 1 (one) vAll work shall be performed as described in accordance with the scope of work and attached government furnished drawings, which will be provided in the solicitation posting. 3)Some sites will require demolition, and removal of existing concrete pads. Disposal of the concrete and vegetative debris shall be the responsibility of the contractor. Removed material shall be delivered to the government designated burial locations within each of the subject parks. The contractor will be responsible for opening and closing burial sites, including the leveling of excess backfill material. 4)The Contractor shall monitor performance and ensure compliance in accordance with the terms and conditions of the contract. The performance period will be from date of award through 30 April 2010. "Anticipated date of award on or about 25 February 2010. The solicitation will be available on or about 25 January, 2010. The solicitation will be posted to FedBizOps located at https://www.fbo.gov. Proposals will be due no later than 4:00 p.m. CDT 16 February, 2010. IAW FAR 36.204 the magnitude of this requirement is between $25,000.00 & $100,000.00 The government intends to compete a firm-fixed price procurement that is SET-ASIDE FOR SMALL BUSINESS. The North American Industry Classification System (NAICS) Code for this project is 238110. SBA size standard is $14M. Please note that vendors must be currently registered in the Central Contractor Registration (CCR) Database and Online Registration and Certification Application (ORCA). One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Additionally there are some unique reporting requirements relevant to the use of ARRA funds (see FAR 52.204-11 for details). Technical Point of Contact and Contractual Point of Contact J.D. Kindle 816-389-2291.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-T-1020/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City, Harry S Truman Lake Project 15968 Truman Road Warsaw MO
Zip Code: 65355
 
Record
SN02056747-W 20100205/100203235131-8e5b17d00d2edf31726c0db0bebe757f (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.