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
- 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 |