SOLICITATION NOTICE
Z -- Gavins Concrete Pads and Project Pavement Marking
- Notice Date
- 8/12/2024 9:20:57 AM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F24Q0085
- Response Due
- 8/27/2024 12:00:00 PM
- Archive Date
- 09/11/2024
- Point of Contact
- Aaron Dugick, Constance Ellard
- E-Mail Address
-
aaron.t.dugick@usace.army.mil, constance.r.ellard@usace.army.mil
(aaron.t.dugick@usace.army.mil, constance.r.ellard@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pre-Solicitation Notice,�Gavins Concrete Pads and Project Pavement Marking � W9128F24Q0085 This is a presolicitation posted on or about 08/12/2024. The Solicitation will be posted on or about 08/27/2024. Gavins Concrete Pads and Project Pavement Marking On or about 26 August 2024, this office will issue Request for Quote (RFQ) for Gavins Concrete Pads and Project Pavement Marking, ND. The solicitation will close on or about 09 September 2024. This solicitation is 100% Small Business Set-aside. Site Visit: (add if applicable) Site visits will be will be available upon request to the contracting Specialist Aaron Dugick at aaron.t.dugick@usace.army.mil. Project Description: Contractor to supply all labor, equipment, and materials for preparing and paving concrete pads at the Gavins Point Cottonwood Campground. Contractor to also supply all labor, equipment, and materials to undertake roadway marking throughout the Gavins Point Project area. Estimated Quantity: 735 SY of concrete (at 6 inches in depth). Estimated Quantity: 16,700 LF of pavement markings. DO NOT submit requests for plans and specifications. See �Obtaining Solicitation Documents� below. Completion Date: The contractor will be required to commence work within 10 days after Notice to Proceed (NTP) and complete the work in within 250 calendar days after receipt of NTP. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and Payment Bonds will be required. Estimated Construction Costs: The estimated construction cost of this project is between $25,000 and $250,000. NAICS Code: The Primary North American Industry Classification System (NAICS) code anticipated for solicitation is 237310 � Highway, Street, and Bridge Construction, with a size standard for Small Business of $45,000,000.00. All contractors must be registered and have an active and verified account in the System for Award Management (SAM) in order to receive a contract award from any DoD activity. Contractors may access the Internet site at: https://www.sam.gov/ to register and/or obtain information about the SAM program. Contractors must ensure that the applicable NAICS listed above is included in their profile prior to submission of offer. Contracting Office Address: USACE Omaha District 1616 Capital Ave, Omaha, NE 68102-4901 Point Of Contact: All questions shall be submitted to Contracting Specialist Aaron Dugick at aaron.t.dugick@usace.army.mil, and additional guidance, will be given at time of solicitation issuance. Place of Performance: Cottonwood Recreation Area, Toe Rd, Yankton, SD 57078. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via SAM.gov (https://sam.gov). Find solicitation announcement in SAM.gov (https://sam.gov). 1. Use the �All Award Data' to locate the project by entering the solicitation number. 2. By using the �login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the left side reading �Attachments/Links�. Note: Offerors please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via SAM.gov (https://sam.gov). Registration is required to access solicitation documents. SAM.gov (https://sam.gov) provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. PHONE CALLS WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/284f2a73637447878f6cbbee450cf505/view)
- Place of Performance
- Address: Yankton, SD 57078, USA
- Zip Code: 57078
- Country: USA
- Zip Code: 57078
- Record
- SN07166325-F 20240814/240812230117 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |