MODIFICATION
38 -- ARRA: Daggett Summit Trail System Project
- Notice Date
- 3/5/2010
- Notice Type
- Modification/Amendment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Agriculture, Forest Service, EROC Southwest, 1323 Club Drive, Vallejo, California, 94592, United States
- ZIP Code
- 94592
- Solicitation Number
- AG-9702-S-10-0168
- Archive Date
- 4/30/2010
- Point of Contact
- Dindo Laxamana, Phone: 7075629120, Fred Weatherill, Phone: 530-226-2508
- E-Mail Address
-
dlaxamana@fs.fed.us, fweatherill@fs.fed.us
(dlaxamana@fs.fed.us, fweatherill@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- THIS IS AN AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) ACTION. DESCRIPTION: “RECOVERY” – This is a PRESOLICITATION SYNOPSIS. The USDA Forest Service, (hereafter "the Government," "the Forest Service," or "the Lake Tahoe Basin Management Unit"), announces a requirement to construct a trail along the Tahoe Rim Trail and de-commission of unauthorized roads. The work includes the furnishing of all labor, equipment, supervision, transportation, lodging, supplies (except those designated as Government furnished), and incidentals to perform all work required under the terms and conditions of the resulting contract. Funds from the 2009 American Recovery and Reinvestment Act (ARRA) will be utilized for this project. This acquisition is being advertised on an unrestricted basis and any resultant contract award will be issued pursuant to FAR Part 19, Subpart 19.10, Small Business Competitiveness Demonstration Program. In accordance with FAR Part 36.204(d), the estimated magnitude of construction is between $250,000 and $500,000. Contract period of performance time is 110 calendar days after issuance of the notice to proceed. The applicable North American Industry Classification System (NAICS) Code is 237310. The Small Business Administration size standard is $33.5 million. Contractors are required to be actively registered with the Central Contractor Registration (CCR) system and the Online Representations and Certifications Application (ORCA). THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis, the pending solicitation or any follow up information requests. The solicitation with supporting documents (if any) will be posted to the FedBizOpps website on or before March 20, 2010. No hard copies of the solicitation, supporting documents and applicable amendments, if any will be provided. To receive the entire solicitation package and any applicable amendments, prospective offerors must download them from the FedBizOpps website. This project is located at 35 College Drive, South Lake Tahoe, California 96150. The Government intends to award a firm-fixed price contract. A best value concept will be applied for evaluation of offers for this procurement. The Forest Service will select the proposal that represents the best value based on the evaluation of price and non price related factors. The non price related factors when combined are approximately equal to cost or price. Therefore, the offeror's proposal should contain the offeror's best terms.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/67f43537d38bcf2e666587bd55e6a788)
- Place of Performance
- Address: Lake Tahoe Basin Management Unit, 35 College Dr, South Lake Tahoe, California, 96150, United States
- Zip Code: 96150
- Zip Code: 96150
- Record
- SN02084320-W 20100307/100305235404-67f43537d38bcf2e666587bd55e6a788 (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 |