Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
SOLICITATION NOTICE

Z -- TWIN KNOBS CG TOILET REHABILITATION, PHASE II

Notice Date
5/23/2011
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin - Midewin National Tallgrass Prairie, 30239 South St. Rt 53, Wilmington, Illinois, 60481-9066, United States
 
ZIP Code
60481-9066
 
Solicitation Number
AG-52B1-S-11-0041
 
Archive Date
8/31/2011
 
Point of Contact
Mark L. Corse, Phone: 812-277-6863
 
E-Mail Address
mcorse@fs.fed.us
(mcorse@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
The Daniel Boone National Forest has a requirement for the rehabilitation of existing toilet buildings. The project consists of the rehabilitation of seven existing toilet buildings at the Twin Knobs Recreation Area on Cave Run Lake, Cumberland Ranger District, Daniel Boone National Forest near Morehead, Kentucky. The Work at each building consists of the removal and replacement of the existing plumbing, electrical, lighting, mechanical systems, doors, roofing and underlayment, siding, clerestory windows, floor tile, and other items noted on the Drawings. Additional Work includes painting, replacement of water, sewer, and electrical service to existing utility mains, and new sidewalks within 10 feet of the building perimeter. The estimated construction cost is between $1,000,000.00 and $5,000,000.00. All work is to comply with local, Federal and State codes and is subject to Davis Bacon wage rates. Current wage determination is: KY100141 last revision 12-03-2010 (KY141) As part of the required market survey, the Contracting Officer is seeking industry input before determining if any socioeconomic program [FAR Part 19 (HUBZone, WOSB, or SDVOSB)] set-aside will be used for this requirement. If no other FAR Part 19 set-aside program is identified the requirement will be solicited 100% set-aside for small business concerns. Interested firms should send their NOTICE OF INTENT TO PROVIDE OFFER via e-mail to mcorse@fs.fed.us before May 31, 2011 please include what socioeconomic program your firm is certified under. Please cite solicitation AG-52B1-S-11-0041 in all correcpondence. Any notice of intent to provide offer that is received after May 31, 2011 may not be considered. Any set-aside determination will be identified in the solicitation documents when posted to FBO. The requirement will be awarded as a fixed price contract; a single award is anticipated. This solicitation (and all supporting documents) will be available ONLY electronically at the Federal Business Opportunities (FEDBIZOPPS) website: http://www.eps.gov/, no earlier than June 13, 2011. Copies of the specifications, drawings and wage rates will be uploaded to FEDBIZOPPS along with the solicitation document. It is anticipated that offers will be due on-or-about July 13, 2011. A pre-bid meeting will be held at the job site at a time to be determined. This posting will be updated as needed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2602f045825923b201031c613d52022a)
 
Place of Performance
Address: R, United States
 
Record
SN02454766-W 20110525/110523234640-2602f045825923b201031c613d52022a (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 |
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.