SOLICITATION NOTICE
56 -- Construction of Picnic Shelter Concrete Slabs, Adjacent Sidewalks and Installation of Prefabricated Picnic Shelters and Sidewalks and approach systems for Vault Toilets at various locations:
- Notice Date
- 5/7/2010
- Notice Type
- Presolicitation
- NAICS
- 238110
— Poured Concrete Foundation and Structure Contractors
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ10T0086
- Response Due
- 6/23/2010
- Archive Date
- 8/22/2010
- Point of Contact
- James D. Kindle, 660-438-7317
- E-Mail Address
-
USACE District, Kansas City
(james.d.kindle@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 7 May 2010 Pre-Solicitation Notice # W912DQ-10-T-0086 Construction of Picnic Shelter Concrete Slabs, Adjacent Sidewalks and Installation of Prefabricated Picnic Shelters and Sidewalks and approach systems for Vault Toilets at various locations: Public Use Areas of the Harry S. Truman Dam and Reservoir Project Corp of Engineers, Kansas City District, Harry S Truman Lake Project, Warsaw Mo., will issue a Request for Quote (RFQ) for a firm-fixed price contract for the following: "Erection of Government furnished prefabricated Picnic Shelters, construction of concrete picnic shelter slabs and associated sidewalks. "Sidewalk and approach system for vault toilet locations: "All are 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) The contractor shall provide all materials, supplies, equipment, and labor to construct two concrete picnic shelter slabs and sidewalk system, and erect two government furnished 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: "Site Locations: Vault Toilet Sidewalks "Bledsoe Ferry Area 3 (Three) "Long Shoals "3 (Three) "Osage Bluff Area 3 (Three) "Shawnee Bend Area 2 (Two) "Sparrowfoot Area 2 (Two) "Thibaut Point Area "3 (Three) "Talley Bend 1 (one) "Bucksaw 1 (one) "Windsor Crossing 1 (one) "Fairfield Boat Ramp 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 1 September 2010. "Anticipated date of award on or about week of 2 July 2010. The solicitation will be available on or about 24 May, 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 23 June 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). Technical Point of Contact and Contractual Point of Contact J.D. Kindle 816-389-2291. NOTE: Complete details of the above requirement, to include site maps will be in the forthcoming solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ10T0086/listing.html)
- Place of Performance
- Address: USACE District, Kansas City, Harry S Truman Lake Project 15698 Truman Road Warsaw MO
- Zip Code: 65355
- Zip Code: 65355
- Record
- SN02143490-W 20100509/100507234512-bf9bb7a07d506850e4f66ef35b3520a1 (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 |