Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

Z -- APGAR AND WILD GOOSE CAMPGROUNDS

Notice Date
5/25/2010
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Agriculture, Forest Service, EROC Intermountain, 740 Simms Street, Golden, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
AG-82B1-S-10-0420
 
Point of Contact
Joseph Wingfield, Phone: 3032755074, William M. Pfeifer, Phone: 3039083120
 
E-Mail Address
jwingfield@fs.fed.us, williampfeifer@fs.fed.us
(jwingfield@fs.fed.us, williampfeifer@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY: APGAR AND WILD GOOSE CAMPGROUNDS WATER SYSTEM IMPROVEMENTS THIS CONTRACTING ACTION IS BEING OFFERED UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT. (a)- Description of Work. Furnish all labor, materials, equipment, supervision, and transportation necessary to install: 1. A new distribution system including PVC pipe, concrete hydrant slabs, system drains, captive air tank, controls and electrical for Wild Goose Campground and 2. A new distribution system including HDPE pipe, concrete hydrant slabs, and system drains for Apgar Campground. (b)- Project Locations. Wild Goose Campground is located in Idaho County, Idaho, in the Clearwater National Forest. Wild Goose Campground is located approximately 53 miles east of Orofino, Idaho via US Highway 12. Apgar Campground is located in Idaho County, Idaho, in the Clearwater National Forest. Apgar Campground is located approximately 60 miles east of Orofino, Idaho via US Highway 12. No formal pre-proposal site visit will be conducted but offerors are encouraged to visit the site. Offerors are also encouraged to review Federal Acquisition Regulation (FAR) provision 52.237-1, Site Visit (Apr 1984). Failure of the Contractor to ascertain the nature, location, and conditions which affect the work will not relieve the contractor from the responsibility for successfully performing the work without additional expense to the Government. For additional information regarding the site, contact Travis Mechling at 208-476-8210. Payment bond will be required. Davis Bacon wage rates will apply. It is estimated that work will begin around September 7, 2010. All work must be completed by November 19, 2011. The project cost estimate at less than $100,000. Safety & Camping. If the Contractor anticipates camping within or adjacent to the project area, it shall obtain and comply with the requirements of a District Camping Permit. All responsible businesses may submit a proposal which will be considered by the Government. In accordance with FAR 4.1102(a), prospective contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Lack of registration in the CCR on part of the offeror will render a proposal ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 888-227-2423 or via the Internet at http://www.ccr.gov//. The solicitation package is anticipated to be available electronically on or about 9 June, 2010 with an anticipated closing date of 8 July, 2010. NOTE: THIS PRE-SOLICITATION HAS A DUE DATE THAT IS FOR PLANNING PURPOSES ONLY. THE OFFICIAL DUE DATE WILL BE INDICATED IN THE REQUEST FOR PROPOSAL. ARRA Requirement: The Awardee will be subject to Section 1512(c) of the American Recovery and Reinvestment Act which requires each contractor to report on its use of Recovery Funds under the awarded contract. These reports will be made available to the public. PLEASE DO NOT CONTACT THE GOVERNMENT PRIOR TO SEEING AND REVIEWING THE REQUEST FOR PROPOSAL. Other pertinent information: NAICS: 237110 "Construction management, water and sewer line" Size Standard: $33.5M FSC: Z222 Highways, Roads, Streets and Bridges Solicitation number: AG-82B1-S-10-0420
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a50e3636a34b366c77f116b2b309bcbc)
 
Place of Performance
Address: See Description, United States
 
Record
SN02159808-W 20100527/100525235338-a50e3636a34b366c77f116b2b309bcbc (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.