PRESOLICITATION NOTICE
Y -- Lewis and Clark Visitor Center Parking Area, Gavins Point Project, Yankton, SD.
- Notice Date
- 12/7/2001
- Notice Type
- Presolicitation Notice
- Contracting Office
- US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- DACW45-02-B-0003
- Response Due
- 1/23/2002
- Archive Date
- 2/22/2002
- Point of Contact
- Tracey McKay, 402-221-4105
- E-Mail Address
-
Email your questions to US Army Corps of Engineer - Omaha District
(tracey.s.mckay@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA On or about 21 December 2001, this office will issue Invitation for Bids for the construction of Lewis and Clark Visitor Center Parking Area, Gavins Point Project, Yankton, SD. Bids will be opened on or about 23 January 2002. This solicitation is unrestr icted and open to both large and small business participation. Contractors interested in inspecting the site of the proposed work should contact Bryan Bradley, Gavins Point Project, PO Box 710, Yankton, SD 57078 (402)667-7873 ext 3262. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Ordering below. The work will include the following: (Approx. quantities) This project entails the remodel of the existing entry road leading to the Lewis and Clark Visitor Center the parking lot south of the Administration building and the addition of an additional parking lot between the Visitors Center and the Administration building. The project will include among other things new asphalt paving, sidewalks, brick paving, curbs and gutters, parking lot lighting, chain link fencing, electric remote controlled entry gates, retaining walls, seeding, sodding and lawn irrigation systems, and street furniture. There will be demolition of existing asphalt pavements, curbs and gutters, railroad retaining walls, chain link fencing and rough and fine grading. A number of smaller and larger trees will need to be removed. The estimated construction cost of this project is between $250,000 and $500,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Enginee rs considers the following goals reasonable and achievable for fiscal year 2000: (a) Small Business: 61.4% of planned subcontracting dollars. (b) Small Disadvantaged Business: 9.1% of planned subcontracting dollars. (c) Women Owned Small Business: 5.0% of planned subcontracting dollars. (d) Historical Black Colleges and 10% of planned subcontracting dollars. Universities (HBCU) and Minority Institutions (MI) (e) Hubzone Small Business (HUBZone) 3% of planned subcontracting dollars. (f) Veteran-Owned Small Business 3% of planned subcontracting dollars. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 120 calendar days after receipt of Notice to Proceed. 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. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs.nwo.usace.army.mil/ebs/contract.htm Ordering of CD-ROM shall be made through the Internet address above. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If you do not have Internet access, then you may fax your request to (402) 221-4530, faxed requests will take longer to process, causing a delay in receiving Solicitation documents. Please include the following information: 1) Name of Firm; 2) Point of Contact; 3) Mailing Address; 4) Street Address for Parcel Delivery Service; 5) Telephone and Fax Phone Numbers with Area Code (FAX numbers are mandatory to ensure the receipt of any amendments that may be faxed); 6) Level of Participation (General Contractor, Subcontractor, Supplier or Plan Room); and 7) Large Business, Small Business or Small Disadvantaged Business. If any of the information changes during the advertisement period, submit the information via e-mail to tracey.s.mckay@usace.army.mil or by written request or fax. Failure to provide the above information and any changes may cause a delay in receiving CD- ROM and amendments. Questions regarding the ordering of the same should be made to: 402-221-4105. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on contents of drawings and specifications should be made to Specification Section at: 402-221-4411.
- Web Link
-
- Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
- Zip Code: 68102-1618
- Country: US
- Record
- SN20011207/00001677-011210080513 (fbodaily.com)
- Army Single Face to Industry
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |