Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2003 FBO #0517
SOLICITATION NOTICE

Z -- Whiskeytown Dam Removal and topography restoration to pre-dam condition. Invitation for Bid (IFB) I8757033171

Notice Date
4/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - PGSO Pacific Great Basin Support Office National Park Service 1111 Jackson Street, Suite 700 Oakland CA 94607
 
ZIP Code
94607
 
Solicitation Number
I8757033171
 
Archive Date
4/27/2004
 
Point of Contact
Gordon H. Keller Contracting Officer 5108171443 gordon_keller@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Description: 100% Setaside for Small Business. Dam removal and topographical restoration of site. Whiskeytown Unit, Whiskeytown-Shasta-Trinity National Recreation Area, Shasta County, CA. Solicitation Number (uppercase eye) I8757033171. The National Park Service requires a firm, fixed-price construction contract to furnish all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of the above named project. Work includes, but is not limited to: the removal of the A-Frame dam, associated reservoir sediments; the restoration of these areas and adjacent roads and house pads to pre-man-made topography by re-grading and/or filling (without compaction) back to original slopes in the vicinity of Brandy Creek at the Whiskeytown Unit, Whiskeytown-Shasta Trinity National Recreation Area, Shasta County, California. The restoration will bring the ground surface profile back to approximate as close as possible to the pre-dam and associated reservoir sediments surface profile. The NAICS code for this project is 237990 and the small business size standard is $28.5 million. Contract duration is 45 Days following notice to proceed. In accordance with FAR Subpart 36.204, the price range for this contract is between $100,000 and $250,000. This procurement is an Invitation for Bid (IFB) and is subject to the provisions of Federal Acquisition Regulations (FAR) Part 14, Sealed Bids. In addition, this procurement is offered as 100% Setaside for Small Business, and the National Park Service encourages the participation of disadvantaged and women-owned business enterprises. A site visit will be scheduled for all interested parties with the time and date to be announced in the solicitation, Section L, clause 52.236-27 Alt 1, Site Visit (Construction). The solicitation will be posted on electronic commerce on or about May 13, 2003. See the following website: www.fedbizopps.gov. (See FEDBIZOPPS search, below) Responses will be due approximately 30 days following. Search by referencing the solicitation number (above), Department of the Interior, National Park Service. Individual requests for solicitation packages will NOT be accepted. The point of contact for this solicitation is Gordon Keller, Contracting Officer, National Park Service, PGSO, 1111 Jackson Street, Suite 700, Oakland CA 94607. Email address is gordon_keller@nps.gov and the voice telephone is 510-817-1443. All responsible small business sources may submit a proposal, which if submitted in a timely manner, will be considered. In order to download a copy of the solicitation, vendors will be asked to register their company with the electronic commerce website. Be prepared with your company's DUNS number, available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN). All vendors should pre-register to save time, by logging onto the Internet at www.ideasec.nbc.gov, click on "Vendor Registration", "DUNS Query", and if not found proceed to "Add New Vendor." Follow all prompts. FEDBIZOPPS SEARCH: from the FedBizOpps.gov web-site, click on "Find Business Opportunity." In the field "Search by Solicitation / Award Number, enter the above solicitation number, then click on START SEARCH. Other search options available: for example, choose the agency, such as Department of the Interior (DOI) and "Show Offices for Selected Agencies" and choose National Park Service (NPS). Then choose the RFP/RFQ by clicking on the blue "synopsis" button. Click on the next screen "synopsis" button. Click on either "please click here to view more details" or "register to receive notification". Click on the appropriate "Query" button on the left side of the screen. Entering the number brings up a screen with blue buttons, which will allow additional information to be brought forward. Available files to download will be in one, or a combination, of the following formats: HTML, Microsoft Word - 97, Microsoft Excel - 97, Portable Document Format (PDF), or AutoCAD DWG or DWF. Free downloads of "reader" software are available for the latest version of Adobe Acrobat Reader at http://www.adobe.com, or for the AutoCAD reader called "Volo View Express" at http://www.autodesk.com. A paper copy of this solicitation will NOT be available to requestors. Responses from Offerors will be accepted at the Oakland CA address in hard copy with the manual signature of the authorized company official. Facsimile offers shall NOT be accepted. The Government reserves the right to cancel this solicitation. The announcement does not constitute the solicitation. End of Announcement.*****
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NP144302&P_OBJ_ID1=1031037)
 
Place of Performance
Address: Whiskeytown-Shasta-Trinity National Recreation Area
Zip Code: 96095
Country: USA
 
Record
SN00313613-W 20030430/030428213649 (fbodaily.com)
 
Source
FedBizOpps.gov 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.