SOLICITATION NOTICE
38 -- RECOVERY: Signage and Wayfinding Mammoth Lakes
- Notice Date
- 5/11/2010
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- 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-10-0364
- Archive Date
- 6/30/2010
- Point of Contact
- Dindo Laxamana, Phone: 7075629120, William Candelaria, Phone: 5057978679
- E-Mail Address
-
dlaxamana@fs.fed.us, wcandelaria@fs.fed.us
(dlaxamana@fs.fed.us, wcandelaria@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 Inyo National Forest"), announces a requirement for the construction of the Mammoth Lakes Trail system and Wayfinding Project. Included is the fabrication and installation of a series of signs that will provide directional signage, interpretive messaging, and wayfinding along sections of the Trail System located on Forest Service property. Signs will be located along existing trails and paths as well as long sections of path still under construction. 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. In accordance with FAR 36.204(d), the estimated magnitude of construction is between $250,000 and $500,000. Contract period of performance time is 220 calendar days after issuance of the notice to proceed. The applicable North American Industry Classification System (NAICS) Code is 238990. The Small Business Administration size standard is $14 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 May 26, 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 351 Picu Lane, Suite 200, Bishop, California 93514. The Government intends to award a firm-fixed price contract. The solicitation will be a request for proposal. The Forest Service will select the proposal based on best value to the government. Therefore, the offeror's proposal should contain the offeror's best terms.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/138c30e4251bf5f6a00256652e7940b3)
- Place of Performance
- Address: 351 Picu Lane, Suite 200, Bishop, California, 93514, United States
- Zip Code: 93514
- Zip Code: 93514
- Record
- SN02146444-W 20100513/100511235125-138c30e4251bf5f6a00256652e7940b3 (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 |