MODIFICATION
Z -- USDA-NRCS CROW BOTTOMS WRP RESTORATION - Amendment 1
- Notice Date
- 4/4/2018
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Natural Resources Conservation Service - Contracting Services Branch
- ZIP Code
- 00000
- Solicitation Number
- 123C7818B0002
- Response Due
- 4/24/2018 11:00:00 AM
- Archive Date
- 5/12/2018
- Point of Contact
- Steven J Alves,
- E-Mail Address
-
steven.alves@wdc.usda.gov
(steven.alves@wdc.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Utilize updated SF1442 version 4-4-18. This update changes the following: The United States Department of Agriculture (USDA) Natural Resource Conservation Service (NRCS) is preparing to issue an Invitation for Bid (IFB) for Wetlands Reserve Program (WRP) in Clark County, Illinois. The Crow Bottoms Wetland Restoration/Rehab located in Clark County, Illinois consists of rehabbing an existing wetland berm to bring it up to current USDA-NRCS Standards and Specifications. The wetland berm rehab will include the excavation of approximately 9,900 cubic yards of earthfill to be used to bring the existing berm up to elevation 452.5'. The wetland berm will also have a rip rap emergency spillway added, consisting of 1,450 tons of rock. The existing wetland water control structure will be replaced. An exploratory trench will also be excavated to locate and decommission any sub-surface drainage tile. The solicitation will be a Total Small Business set-aside. Interested contractors must be registered in and must complete the annual representations and certifications electronically via the System for Award Management (SAM) at http://www.sam.gov in order to be eligible for award. The full solicitation package including construction drawings, specifications, bid schedule, and wage rates will be posted and available from this website on or around March 22, 2018. A site showing to review the site is being planned. The details will be made available in the solicitation packet. A firm fixed price construction contract is anticipated under Sealed Bidding procedures in FAR Part 14. A bid guarantee, in the amount of 20% of the bid, is required to be submitted with each bid. Sureties should use SF-24 Bid Bond form. Performance (SF-25) and Payment (SF-25A) Bonds, in the amount of 100% will be required within 5 calendar days of award of the contract. The anticipated period of performance for this project is 50 calendar days from the date the contractor receives the Notice to Proceed (NTP). In accordance with FAR 36.204, the estimated magnitude of the projects is between $250,000 and $500,000. The NAICS code for this solicitation is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this NAICS is $36.5M. For further information, contact Steven Alves, Contract Specialist, via email at steven.alves@wdc.usda.gov or via telephone at 919-873-2115. AMENDMENT 001 UPATES THE FOLLOWING: Utilize updated SF1442 version 4-4-18. This update changes the following: - Page 1 of 4: Change Bid submittal date from 19 April to read 27 April 2018; 1100 EST - Page 3 of 4: Change Site Visit date from 10 April to read 19 April 2018; 1000 CST - Page 3 of 4: Change Period of Performance to read: 76 Days AFTER NTP Uniformed Contract Format (UCF). Change location description and Site Visit Date - Remove Page 6 and replace with Page 6 Rev 1 (Location description change) - Remove Page 33 and replace with Page 33 Rev 1 (Site Visit Date Change) - Last Day for Question Submittal: 23 April 2018, 1100 EST
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8b926be4929b643b01af8ed70b45a4b2)
- Place of Performance
- Address: Clark County, Illinois, 62441, United States
- Zip Code: 62441
- Zip Code: 62441
- Record
- SN04878461-W 20180406/180404231515-8b926be4929b643b01af8ed70b45a4b2 (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 |