SOLICITATION NOTICE
Z -- RECOVERY--Z-- Holter Lake Chip Seal LXCAP0020000
- Notice Date
- 1/4/2010
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- BLM MT-STATE OFC(MT934)5001 SOUTHGATE DR.BILLINGSMT59101US
- ZIP Code
- 00000
- Solicitation Number
- L10PS01783
- Response Due
- 2/17/2010
- Archive Date
- 3/19/2010
- Point of Contact
- Gunther, Charlene K 406-896-5195, cgunther@blm.gov
- E-Mail Address
-
Gunther, Charlene K
(cgunther@blm.gov)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY - HOLTER LAKE CHIP SEAL LXCAP0020000. THIS PROJECT IS FUNDED FROM THE AMERICAN RECOVERY REINVESTMENT ACT (ARRA) OF 2009. The Bureau of Land Management (BLM), Montana State Office, intends to award a Purchase Order to chip seal the existing pavements and other related work at the Holter Lake Campground located in Lewis and Clark County, Montana. Work includes the following: 1) Chip Seal, 14,180 square yards; 2) Concrete Pindown Removal, 67 each; 3) Concrete Pindown Installation, 67 each; 4) Pavement Marking, 1 lump sum. Stipulations for Performance Time & Site Closure: 1. The Contractor shall accomplish the work in 13 Calendar Days within the given performance time of July 12, 2010 through July 24, 2010. No variance will be allowed in the Site Closure Dates in order to accommodate Public Recreational Use and other scheduled Campground site closures in the area.a. Holter Lake Campground shall be closed to the Public for the following work: Contractor shall perform all work required but not limited to: all concrete pindown curb removal, cleaning of pavements, chip sealing of pavements, vac brooming of chips and hauled off site, pindown curb re-installation, and stripping in accordance with these specifications and drawings. Estimated price range is between $25,000 and $100,000. A 100% payment protection will be required for contracts greater than $30,000.00. Payment protection can be submitted by an Irrevocable Letter of Credit, Certificate of Deposit, or Payment Bond, and is due within 10 days after award. The North American Industry Classification System (NAICS) is 237310. The small business standard is $33.5 million. This procurement is being advertised on an unrestricted basis (full and open competion) in accordance with FAR 19.1007, Small Business Competitive Demonstration Program. Offers will be accepted from all responsive and responsible small and large business concerns. Information on the Site Tour will be posted in the Solicitation. The Solicitation is tentatively scheduled to be available on or about January 19, 2010 at "https://www.fedconnect.net/FedConnect. No hard copies of the solicitation will be issued. Response dates for quotes is tentatively scheduled for February 17, 2010. All reasonable sources may submit a quote. Please check the solicitation for all required documentation to be submitted. Please be advised that the awardee will be subject to Section 1512(c) of the Recovery Act, which requires that each prime contractor, and first tier subcontractors, report on its Recovery Act funds under the awarded contract. These reports will be made available to the public. For more information go to "www.recovery.gov". Prospective contractors MUST be registered in Central Contractor Registration (CCR) and Online Representations and Certifications (ORCA) prior to award. Lack of registration in the CCR and ORCA databases will make an offeror ineligible for award. Information on CCR registration can be obtained via the internet at "http://www.ccr.gov", and Annual Representations and Certifications (ORCA) online at "http://orca.bpn.gov".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/MT/L10PS01783/listing.html)
- Record
- SN02034505-W 20100106/100104235709-9b3483c53f64dc57e02a56fba9e5fb62 (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 |