SOLICITATION NOTICE
Y -- Pre-Solicitation for Wildlife Display at Ice Harbor Dam Visitor Cemter
- Notice Date
- 6/17/2010
- Notice Type
- Presolicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF10Q0073
- Response Due
- 6/17/2010
- Archive Date
- 8/16/2010
- Point of Contact
- Valerie Reller, 509-527-7215
- E-Mail Address
-
USACE District, Walla Walla
(valerie.k.reller@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NAICS Code: 339999 All Other Miscellaneous Manufacturing Contracting office address: U.S. Army Corps of Engineers, Walla Walla District, 201 North Third Avenue, Walla Walla, WA 99362. Subject: Pre-solicitation notice for a Wildlife Display Design, Build & Install at Ice Harbor Dam, Visitor Center Proposed solicitation number: W912EF-10-Q-0073 Closing response date: approximately 3 weeks from the date the solicitation is issued Point of Contact: Valerie Reller, Contract Specialist, at (509) 527-7215 or e-mail: Valerie.K.Reller@usace.army.mil Description of Requirement: This synopsis is not a request for quotes or proposals. This is a pre-solicitation notice that a solicitation is scheduled to be released via FedBizOpps (www.fbo.gov) in the near future detailing requirements for a supply requirement entitled: Wildlife Display Design, Build & Install at Ice Harbor Dam. The US Army Corps of Engineers (COE) requires contract services to design, fabricate, and install a display for the Ice Harbor Lock and Dam, Visitors Center, Burbank, Washington. Schedule of work: This display must be started prior to August 2010 and must be completed within 120 days of award. In addition, the Contractor shall provide all labor, materials, equipment, travel, and facilities required to prepare a Conceptual design, fabricate, and install a wildlife interpretive display within the Ice Harbor Lock and Dam Visitor Center. The display with be a diorama type depiction of the wildlife and associated habitats found along the lower Snake River in Southeastern Washington. The contractor may utilize available wildlife specimens provided by the COE, to highlight the wildlife and the associated habitats they reside in, i.e. riparian, river, basalt bluffs, talus slopes, and upland steppe. The display design shall allow the specimens to be removable for use in demonstrations and presentations. Site visit: A site visit will be offered June 23, 2010 at 10:00 a.m. Pacific Standard Time. The solicitation will include details regarding the site visit. Other information: The solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov) when released. Quotes/Proposals will be due approximately 3 weeks after the actual solicitation issuance date. This is scheduled to be issued as a Supply contract. This announcement is for information and planning purposes only. Set-aside status: The solicitation is scheduled to be issued as a 100% Small Business set-aside for Small Businesses. The North American Industry Classification System code for this requirement is 339999 size standard: 500 employees. Place of Contract Performance The Government anticipates a majority of this work to be performed off site with final assembly on site. If the Contractor intends on fabricating the display on site the area must be secured to ensure no visitors can access the work area. Conducting Business with the Government In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). All Offerors must be CCR registered prior to receiving an award. Registration instructions may be obtained, and online registration may be accomplished, at www.ccr.gov. By submission of a quote, a vendor acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prior to quoting, it is preferred that vendors complete the Online Representations and Certifications (ORCA), which requires CCR registration including an MPIN number. Instructions may be obtained and required information may be entered at http://orca.bpn.gov. If you are not ORCA registered, you will need to complete and provide paragraphs (B) through (I) of provision 52.213-3 in the solicitation. When available, the solicitation documents for this project will be accessible via FedBizOpps at www.fbo.gov. No CDs or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document posted at the referenced website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF10Q0073/listing.html)
- Place of Performance
- Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Zip Code: 99362-1876
- Record
- SN02180455-W 20100619/100617235344-a293c6753d35a005226d30feae11e1ca (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 |