MODIFICATION
Y -- RECOVERY - Design/Build Wastewater Treatment Facility - Solicitation 1
- Notice Date
- 3/5/2010
- Notice Type
- Modification/Amendment
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of Agriculture, Forest Service, Eroc East, 1720 Peachtree Road NW, Atlanta, Georgia, 30309, United States
- ZIP Code
- 30309
- Solicitation Number
- AG-4419-S-10-0428
- Response Due
- 3/25/2010 4:00:00 PM
- Archive Date
- 6/1/2010
- Point of Contact
- Angela L Mitchell, Phone: 2709242096, Cassandra Carey, Phone: 4043472973
- E-Mail Address
-
almitchell@fs.fed.us, cncarey@fs.fed.us
(almitchell@fs.fed.us, cncarey@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation SCA Rates Davis Bacon Rates Clauses Appendices Scope of Work *RECOVERY* ***** THIS NOTICE IS FOR INFORMATION PURPOSES ONLY ***** ***** PLEASE DO NOT RESPOND TO THIS NOTICE ***** The USDA - Forest Service intends to award a Firm Fixed price Contract for the following project: This work is located on the Land Between The Lakes National Recreational Area. It involves engineering and construction services for the design and construction of a wastewater collection system and treatment facility, and emergency back-up power. A detailed description of requirements is included in the attached statement of work. (1) This solicitation is issued as a request for proposal (RFP). (2) Applicable clauses and provisions and wage determinations are attached. (3) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2009), with its quote or complete the Representations and Certifications on line at http://orca.bpn.gov. (4) This solicitation is issued under the American Recovery and Reinvestment Act and all requirements of the Act apply including the requirement to register and report at www.federalreporting.gov. The appropriate clauses are included under subparagraph (b) above. (5) This solicitation is being issued as a Total Small Business Set-Aside. The NAICS code for this requirement is 237110, and the small business size standard is $33.5M. To be eligible for award, registration in the Centralized Contractor Registration Database is mandatory. (6) The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation factors are attached. (7) A pre-bid site visit will be scheduled with the phase II vendors only. (8) Questions regarding this solicitation must be received no later than 1600 CST 12 March 2010. Answers will be provided no later than 1600 CST 17 March 2010. (9) Any amendment(s) issued to this RFP will be published on this website. Therefore, it is the Offeror’s responsibility to visit this website frequently for updates on this procurement. The resulting contract will be a firm fixed price contract. (10) Phase I Proposals are due on or before 1600 CST March 25, 2010. Late proposals will not be considered. Proposals received after date set for receipt of quotes will be rejected. (11) The highest rated offerors from Phase One will be selected to submit Phase Two proposals. (12) Submit written proposal to Angela Mitchell, 100 Van Morgan Drive, Golden Pond, KY 42211, Phone 270-924-2096, Fax 270-924-2086, E-mail almitchell@fs.fed.us. E-mailed and faxed proposals are preferred.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/63d6d5ec0f8e858e08b53841f5f73b7a)
- Place of Performance
- Address: LBL, Golden Pond, Kentucky, 42211, United States
- Zip Code: 42211
- Zip Code: 42211
- Record
- SN02084505-W 20100307/100305235647-63d6d5ec0f8e858e08b53841f5f73b7a (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 |