Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2005 FBO #1216
SOLICITATION NOTICE

Y -- Goosepond Phase 2, Units 1-6 Resolicitation

Notice Date
3/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Indiana State Office, 6013 Lakeside Blvd., Indianapolis, IN, 46278-2933
 
ZIP Code
46278-2933
 
Solicitation Number
AG-52KY-S-05-0004
 
Response Due
5/11/2005
 
Archive Date
5/26/2005
 
Description
NOTE: THIS IS A RE-ANNOUNCEMENT OF A PREVIOUSLY CANCELLED SOLICITATION #IN-NRCS-2003. ALL VENDORS WHO PREVIOUSLY RESPONDED TO THAT SOLICITATION NEED TO RESPOND TO THIS NOTICE TO RECEIVE CONSIDERATION FOR AWARD. DO NOT USE DOCUMENTS FROM THE PREVIOUS SOLICITATION SINCE MANY HAVE CHANGED. USE ONLY THOSE DOCUMENTS THAT WILL BE POSTED WITH THIS SOLICITATION. This project will consist of construction activities in nine (9) separate wetland restoration units within a 3 mile square area in Stafford Township, Greene County, Indiana. The major items of work include construction of approximately 41,503 linear feet of compacted earth levee with fill heights up to eight (8) feet, furnish and installation of eight (8) aluminum riser pipe structures up to a diameter of sixty (60) inches in size, and removal and installation of culverts and surface water pipes on the property. The construction contract will also include 1400 linear feet of tile exploration, placement of approximately 877 tons of d50= 6 inch size riprap on slopes, seeding of approximately 50 acres and construction survey for layout and quantity estimation. The duration of the contract is approximately 200 days from the notice to proceed. Any contract resulting from this solicitation will be a firm fixed price contract. This solicitation is issued on an full and open basis. Magnitude of proposed construction is between $1,000,000 and $5,000,000. The North American Industry Classification is 237990 and the size standard is $28,500,000. The solicitation package will be issued as an Invitation for Bid and will be available for downloading from the Federal Business Opportunities web-site at www.fedbizopps.gov on or around 11 April 05. The site visit and discussions are scheduled to start at 10:00 am local time on Wednesday, 20 April 05, at the Triple H Gun Club, State Rd 59 S., RR 1, Box 313, Linton, IN 47441. The Triple H Gun Club is 2.5 miles south of the intersection of Hwy 54 & Hwy 59 in Linton, IN on the east side of Hwy 59. Please email the Contracting Officer listed below if you plan on attending the site visit along with the names of your attendees and a contact phone number. Specifications and drawings will be posted at this web site and available for downloading. Notification of any changes to this solicitation (amendments) shall be made only on the internet. It is therefore the contractor's responsibility to check the above listed web address daily for any posted changes to this solicitation. Downloading from the internet is free of charge; however, specifications and drawings may take a considerable amount of time to download. Telephone and fax requests for paper copies of the specifications and drawings will not be accepted. The closing date is set for 11 May 05 at 2:00 pm local time. A bid bond is required. The requirement for the submission of both performance and payment bonds, in an amount equivalent to 100% of the award price, shall be applicable; therefore, the successful firm shall have the capability to acquire such bonding. If a large business is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The FY05 subcontracting goals for this contract are a minimum of 57.2% of the contractor's intended subcontract amount be placed with small businesses, 10.0% of that to small disadvantaged businesses, 10.0% to woman-owned small businesses, 3.0% to service disabled veteran-owned small business and 3.0% to HUB zone small businesses. The Davis-Bacon Act Wage Determination IN030006 dated 04 Feb 2005 will apply. All contractors who are awarded a federal contract to include joint ventures must be registered in the Contractor Central Registration Database (CCR) at www.ccc.gov. Failure to register in CCR may render you ineligible for award of a government contract. Additional information pertaining to CCR registration may be obtained by calling 1-888-227-2423.
 
Place of Performance
Address: Stafford Township, Greene County, Indiana
 
Record
SN00775377-W 20050326/050324211830 (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.