Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2010 FBO #3052
SOLICITATION NOTICE

38 -- Fort Benning Tank Trails

Notice Date
4/1/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-10-R-0026
 
Archive Date
4/1/2011
 
Point of Contact
Chad A. Arnett, Phone: 9126525105
 
E-Mail Address
chad.a.arnett@usace.army.mil
(chad.a.arnett@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Design-Bid-Build Fort Benning Tank Trails W912HN-10-R-0026 FSC: Y141 NAICS: 236220 Size Standard: $33.5M Technical Questions: Angel Acosta, 912-652-6111 Contractual Questions: Chad Arnett, 912-652-5105 NOTE: "After completing CCR, in order to download RFP documents contractors and their subcontractors must register at www.fbo.gov. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate solicitation Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site." No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Chad Arnett, Contract Specialist, at (912)652-5105. This project is for the repair of approximately 25 miles of gravel tank trails and approximately 3 miles of asphalt roads for Fort Bennings tank trail system. The project requires supporting facilities to include pavement markings, clearing and grubbing, borrow materials, storm water system, seeding and sodding, and erosion control measures. The magnitude for this project is between $5,000,000 and $10,000,000. Options may be included in this contract. The Government anticipates solicitation documents to be issued on or about 19 Apr 2010. The following are the evaluation factors for Lowest Price Technically Acceptable: FACTOR 1-1 Past Performance; FACTOR 1-2 Corporate Relevant Specialized Experience. Offerors should anticipate submitting a list of questions to the government regarding any concerns or clarifications referencing this project before initial proposal submission. These questions will be addressed at an industry forum or pre-proposal conference that will be held approximately 2-3 weeks after the government issues the solicitation. Offerors should check the RFP for specific time and location. This acquisition is being offered as a total HUBZone set aside. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-10-R-0026/listing.html)
 
Record
SN02110187-W 20100403/100401235549-082e643a162d703e317de400ed8ff29f (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.