Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2012 FBO #3751
SOLICITATION NOTICE

Y -- Lucile Recreation Site Turn Lanes Highway Construction

Notice Date
2/29/2012
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
BLM OC-NOC CONST A&E SEC(OC664)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L12PS00233
 
Point of Contact
Courtney R. Shaw
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement is not a Request for Proposal (RFP) and does not commit the Government to award any contracts now or in the future. No Solicitation is available at this time. The purpose of this Pre-Solicitation Notice is to advertise that the U.S. Department of Interior, Bureau of Land Management (BLM), is anticipating the acquisition of a highway construction project. This project will include acceleration/deceleration turn lanes into the Lucile Recreation Site along Highway 95 and all associated work, including, but not limited to: clearing and grubbing; excavation; removal of asphalt and fence; asphalt paving; installation of culverts, fence, and guardrail; seeding; and other related work. The Government intends to solicit this acquisition as a 100% Small Business Set Aside. All Small Businesses or Small Business Concerns (SB, SDB, WOSB, HUBZone, VOSB, and SDVOSB) are encouraged to propose on this project. The main requirements are assigned a NAICS code of 237310 =BF Highway Construction, with a Small Business Size Standard of $33.5M. It is important to note that in accordance with Federal Acquisition Regulation (FAR) 52.219-14 =BF Limitations on Subcontracting =BF the prime contractor is required to perform at least 15% of the labor with their own employees for general construction and at least 25% of the labor with their own employees for special trade construction. For further information on the requirements for general construction and/or special trade construction, please visit the following web sites: http://data.bls.gov/cgi-bin/print.pl/oes/2001/oesi2_17.htm http://www.census.gov/epcd/naics/NDEF235.HTM The project will widen a segment of U.S. Highway 95, approximately 8 miles north of Riggins, in Idaho County, Idaho. The purpose of the highway widening is to accommodate installation of a turn lane into the Lucile Recreation Site. U.S. Highway 95 is a two lane, undivided road, with no center median. Construction will widen approximately 3500 feet of roadway, to a maximum width of 20 feet. Work includes, but is not limited to: clearing and grubbing, embankment construction, structural fill installation, compaction, asphalt paving, storm water protection, and traffic control. The project will be constructed in accordance with Idaho Department of Transportation Specifications and Idaho Department of Environmental Quality Regulations. Any prospective offerors must have documented successful experience in a Highway Construction project utilizing Idaho Department of Transportation Specifications and Idaho Department of Environmental Quality Regulations in order to be considered for award. The Solicitation will be released on or about March 15, 2012, with an award anticipated for April, 2012. The estimated price range of this project is $500,000.00 to $1,000,000.00. A Pre-Proposal Conference / Site Visit has been scheduled for 10:00am, Pacific Time, on Tuesday, March 27, 2012, at the Lucile Recreation Site located in Idaho County, Idaho. Additional information regarding the conference will be contained in the Solicitation posting. Completion time for this project is estimated at sixty (60) calendar days after issuance of the written Notice to Proceed. One or more of the items under this acquisition may be subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Source selection will be made using Lowest Price Technically Acceptable Source Selection Process (FAR 15.101-2). The Government will not pay for any information solicited. Offers that do not meet all the technical requirements or price reasonableness will not be considered. All offerors who do not meet the minimum requirements will be notified as soon as they have been determined not to be in consideration any longer. Any late proposal received is subject to FAR 52.214-7 Late submissions, Modifications, and withdrawals of Bids (NOV 1999). IN ORDER TO RECEIVE THE TECHNICAL DATA, SPECIFICATIONS AND DRAWINGS, ALL INTERESTED PARTIES MUST E-MAIL OR MAIL A REQUEST TO MR. COURTNEY SHAW, CONTRACTING OFFICER, (cshaw@blm.gov) REFERENCING THE SOLICITATION NUMBER (L12PS00233) AFTER THE SOLICITATION IS RELEASED IN FED BIZ OPPS. THE SOLICITATION WILL BE RELEASED ON OR ABOUT MARCH 15, 2012. PLEASE DO NOT REQUEST THE SOLICITATION PRIOR TO THE SOLICITATION POSTING. IF THERE ARE ANY QUESTIONS REGARDING THE PRE-SOLICITATION NOTICE PLEASE CONTACT MR. COURTNEY SHAW, CONTRACTING OFFICER, AT (303) 236-9443. As a reminder, all contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). To register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet at 800-333-0505 or on line at https://www.dnb.com/product/eupdate/requestOptions.html. This procurement is set aside for Small Business concerns. The NAICS code applicable to this Solicitation is 237310 =BF Highway Construction, and the corresponding Size Standard for determining whether or not a firm qualifies as a Small Business is $33.5 million in average, annual receipts (gross) over the past three years. Additional information regarding Small Business Size Standards can be found on the Small Business Administration web site at www.sba.gov. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/ID/L12PS00233/listing.html)
 
Record
SN02685728-W 20120302/120229234832-3e92738ad44fbe7aa6cb7f31ff2f55b2 (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.