SOLICITATION NOTICE
Y -- Construction of Roads at Resighini Rancheria
- Notice Date
- 6/4/2010
- Notice Type
- Presolicitation
- Contracting Office
- BIA - Pacific Regional Office 2800 Cottage Way, Rm W-2820 Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- RMJ00100001
- Response Due
- 7/20/2010
- Archive Date
- 6/4/2011
- Point of Contact
- Jodi Zachary Contract Specialist 9169786025 jodi.zachary@bia.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- Y -- The Bureau of Indian Affairs, Pacific Regional Office, has a requirement for a firm fixed-price construction contract, and the procurement method is Sealed Bid Procedures in accordance with FAR Part 14 and 36. The resulting Invitation for Bid (IFB) will be unrestricted and offered based on Full and Open Competition. In accordance with FAR PART 36.209, no contract for the construction of this project will be awarded to the firm that designed the project or its subsidiaries or any affiliates. PROJECT DESCRIPTION. The Contractor shall furnish all materials, equipment, supervision, labor, services, tools etc. to support the Resighini Rancheria Road Project # J52-556-308, 511(438) 2&3 which is for constructing approximately 1.5 miles of roads. The proposed work under this project consists of grading, drainage and paving on roads located at Resighini Rancheria in Klamath, CA. All work shall be performed in strict accordance with the Standard Specification for Construction of Roads and Bridges on Federal Highway Projects, FP-03 except where indicated otherwise in the IFB, Special Provision Specifications and Drawings. A copy of FP-03 may be found at http://flh.fhwa.dot.gov. Davis Bacon Wage Determination No. CA100004 3/26/2010 CA4, shall apply to this project. PROJECT LOCATION. This project is located on the Resighini Rancheria in CA, located 1 mile south of Klamath and about 60 miles North of Eureka.Prospective bidders are urged and expected to inspect the site where the work will be performed. The contractor is responsible to verify all existing site conditions. A day and time for a pre-bid meeting at the site will be announced in the IFB package. The following preliminary details are provided for the benefit of prospective bidders, but are subject to change in the actual IFB. ESTIMATED MAGNITUDE. The magnitude of this project is between $1,000,000 and $5,000,000. PERIOD OF PERFORMANCE: (70) calendar days after issuance of notice to proceed. Liquidated damages will be assed in the amount of $750.00 per day. No work shall begin before receiving a notice to proceed from the contracting officer. AT THIS TIME IT IS UNKNOWN WHETHER A "COMPLETE" ELECTRONIC COPY OF THE IFB PACKAGE WILL BE PROVIDED ON FEDBIZOPPS. AS A RESULT, CONTRACTORS SHALL USE THE FOLLOWING INSTRUCTIONS TO ENSURE THEY OBTAIN A COMPLETE IFB PACKAGE: PRIOR TO JUNE 18, 2010, Prospective bidders shall request a paper copy of IFB RMJ00100001 in writing to BIA, Pacific Regional Office, Attn: Jodi R. Zachary 2800 Cottage Way, Room W-2820, Sacramento, CA 95825. Emailed requests shall be accepted to jodi.zachary@bia.gov. Faxed requests shall be accepted to (916) 978-6129. ON OR AFTER JUNE 18, 2010, Prospective bidders must request a paper copy of IFB RMJ00100001 in writing to BIA, Northwest Regional Office, Attn: Kevin Kelly, 911 NE 11th Ave, Portland, OR 97232. Emailed requests shall be accepted to kevin.kelly@bia.gov. Faxed requests shall be accepted to (503) 231-6810. Contractors shall confirm that all requests sent either to Sacramento or Portland were received. Telephone requests will not be accepted. IFB packages will only be made available to potential Prime Contractors and not subcontractors. BID ISSUANCE: IFB RMJ00100001 will be issued on or about June 21, 2010 and will close approximately (30) days later. All bids shall be submitted to BIA, Northwest Regional Office, Attn: Kevin Kelly, 911 NE 11th Ave, Portland, OR 97232 by the time specified in the IFB. Faxed and emailed bids will not be accepted or considered for award. BID OPENING: Day and Time shall be announced in the IFB package. The bid opening shall take place at BIA, Northwest Regional Office, Acquisitions, 911 NE 11th Ave, Portland, OR 97232. All prospective bidders may attend the bid opening at their own expense. CONTRACT AWARD DATE: Within (60) days after bid opening. Award will be made to the lowest, responsive and responsible bidder. NOTICE TO PROCEED DATE: Within (10) calendar days after contract award. REQUIRED BONDS. Bid guarantee of 20% is required with IFB submittal. 100% of total bid amount for Performance and Payment bonds due within 10 calendar days after contract award and/or prior to Notice to Proceed being issued. REQUIRED INSURANCE. Proof of current coverage for liability, automobile and workers compensation insurance within 10 calendar days after contract award and/or prior to Notice to Proceed being issued. PRE-CONSTRUCTION CONFERENCE: Successful bidder is required to attend at its own expense; location, date and time TBD. RETENTION: 10% will be retained from each progress payment made & paid upon completion. FOR MORE INFORMATION. Commercial and Technical inquires shall be received in writing, via mail or email, ten (10) days before the bid opening date to allow for sufficient time to process an Amendment if necessary. The point of contact for this acquisition PRIOR TO JUNE 18, 2010 is Jodi R. Zachary, (916) 978-6025, jodi.zachary@bia.gov, BIA, Pacific Regional Office, Acquisitions, 2800 Cottage Way, Room W-2820, Sacramento, CA 95825. The point of contact for this acquisition ON OR AFTER JUNE 18, 2010 is Kevin Kelly, (503) 231-2279, kevin.kelly@bia.gov, BIA, Northwest Regional Office, Acquisitions, 911 NE 11th Ave, Portland, OR 97232. MISCELLANEOUS. All dates listed in this synopsis are subject to change in the actual IFB. The award for this procurement shall be made in accordance with the applicable Federal Acquisition Regulations and the Department of the Interior Acquisition Regulations. The applicable NAICS Code is 237310, Size Standard $33.5M. Effective October 1, 2003, vendors shall be registered in the CCR in order to receive awards from the Federal Government. To register or learn more about the CCR, go to: http://www.ccr.gov. This is a notice in accordance with FAR 5.2. The Government is in no way obligated to do business with or to enter into in any form of contract with any person, firm or other entity that receives this inquiry.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMJ00100001/listing.html)
- Place of Performance
- Address: Klamath, CA -- Del Norte County
- Zip Code: 95548
- Zip Code: 95548
- Record
- SN02168907-W 20100606/100604234936-d78328f7f0aa1e649a9c28c74a57373b (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 |