SOLICITATION NOTICE
F -- Indy Crown Hill Tree Clearing
- Notice Date
- 10/21/2016
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-17-B-0001
- Point of Contact
- Monique Jordan, Phone: 5023156207
- E-Mail Address
-
monique.e.jordan@usace.army.mil
(monique.e.jordan@usace.army.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Bid (RFB) W912QR-17-B-0001. The Contractor shall provide all labor, equipment, materials, tools, and supplies to remove trees at the site of the new Indianapolis Crown Hill Columbarium. The intent is to cut and remove the designated trees prior to the summer roosting period of the federally protected Indiana Bat and Northern Long-eared Bat. Tree clearing is not permitted during the roosting period from April 1 - September 30. The Contract Duration is one hundred and twenty (120) calendar days from Contract Award. TYPE OF CONTRACT AND NAICS: This RFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 238910. TYPE OF SET-ASIDE: This acquisition will be Women Owned set-aside. SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a sealed-bid selection process where award will be made to the lowest responsive/responsible bidder. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $250,000 and $500,000 in accordance with (FAR 36.204 OR DFARS 236.204). ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 07 November 2016. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation but it is tentatively scheduled the week of 14 November 2016. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Monique Jordan at Monique.e.jordan@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-17-B-0001/listing.html)
- Record
- SN04310227-W 20161023/161021234002-b729451d54c064e338f62b931b6d19f9 (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 |