SOLICITATION NOTICE
Z -- RECOVERY: CHIMNEY ROCK RETAINING WALL REPAIR, SAN JUAN NATIONAL FOREST
- Notice Date
- 6/25/2010
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- 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-10-0460
- Point of Contact
- JILL CHARPIA, Phone: 3032755787, Wendy Sutton, Phone: 970-264-1519
- E-Mail Address
-
jacharpia@fs.fed.us, wasutton@fs.fed.us
(jacharpia@fs.fed.us, wasutton@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY: CHIMNEY ROCK RETAINING WALL REPAIR, SAN JUAN NATIONAL FOREST The Forest Service has a requirement to repair the Chimney Rock Retaining wall. The work will include: Reconstructing/repairing/repairing existing stone retaining walls located at the Chimney Rock Archeological Area. The purpose of this project is to reconstruct/repair approximately 990 square facial feet (sff) of existing stone retaining wall, add 1,208 lf of colored concrete cap (20" x 3") to this wall, add 112 lf of colored concrete cap (24" x 3") to the existing low "seating" wall at the large interpretive area, and construct approximately 5 lf of new retaining wall with stone veneer to match the surrounding wall at the upper parking lot of the Chimney Rock Archeological Area on the San Juan National Forest. Project Location: The Chimney Rock Archeological Area (CRAA) is located approximately 15 miles southwest of Pagosa Springs, CO; specifically 3 miles south of US Hwy 160 on State Hwy 151. The project area is located in portions of sections 17 and 20, T34N, R4W, N.M.P.M. Existing Conditions SITE VISIT: A site visit will be conducted on or around the week of the 26th of July. A specific date will be set forth at the time the solicitation is posted. Offerors are encouraged to review FAR Provision 52.236-3, Site Investigation & Conditions Affecting the Work (1984). Failure of the Offeror to ascertain the nature, location, & conditions which affect the work will not relieve the Offeror from the responsibility of successfully performing the work, without additional expense to the Government. GOV PRICE ESTIMATE: Between $100,000 and $250,000. Performance and Payment Bonds will be required per the Miller Act and Davis-Bacon wage rates will apply. All responsible sources 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 the part of the offeror will render an offeror 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//. All questions need to be in writing and sent to me via email at jacharpia@fs.fed.us and no later than 8/2/10. Answers will be compiled and posted in a Q&A document shortly thereafter. The solicitation will be posted on or around 12 July 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/998ac04ea05c671d2655b6e46db87c96)
- Place of Performance
- Address: 15 Miles Southwest of Pagosa Springs, CO, Pagosa Springs, Colorado, 81147, United States
- Zip Code: 81147
- Zip Code: 81147
- Record
- SN02188922-W 20100627/100625235216-998ac04ea05c671d2655b6e46db87c96 (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 |