Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2012 FBO #3890
SOLICITATION NOTICE

Y -- Jackson Hole Levee Vegetation Removal and Levee Repair

Notice Date
7/17/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-12-B-0018
 
Point of Contact
Phyllis Buerstatte, Phone: 509-527-7211, Jani C Long, Phone: 509-527-7209
 
E-Mail Address
Phyllis.L.Buerstatte@usace.army.mil, jani.c.long@usace.army.mil
(Phyllis.L.Buerstatte@usace.army.mil, jani.c.long@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Construction Project: Work consists of clearing and grubbing (vegetation removal) and levee repairs on the Jackson Hole levees located near Jackson Hole in Teton County, Wyoming. Levee repairs consist of hauling and placing riprap, hauling and placing fill material, and re-keying existing riprap. All riprap and fill material will be Government-furnished. The repair sites are divided into two regions, local and alternate. Local regions include the John Dodge Levee from Station 80+00 to the downstream end of John Dodge, all of the Boat Ramp Levee, and all of the Public Levee. Alternate regions include all levees and locations not named in the Local regions. The Snake River in the vicinity of the work sites is considered Class 1 and 2 waters under Wyoming water quality laws which are administered by the Wyoming Department of Environmental Quality (DEQ), Water Quality Division (WQD.) The resulting contract will be a Requirements type indefinite delivery contract. A Requirements contract provides for filling all actual purchase requirements of the designated Government activity for services during a specified contract period, from one contractor, with performance of work to be scheduled by placing orders with the contractor. The bid schedule will state realistic estimated total quantities; however, these estimates are not representations to an offeror or contractor that the estimated quantities will be required or ordered or that conditions affecting requirements will be stable or normal. The contract period will be one base year plus Government options for up to two additional years. Construction magnitude is estimated to be between $100,000 and $500,000 for each year. Performance and payment bonds will be required as applicable on each task order. The North American Industry Classification System (NAICS) code for this work is 237990, Other Heavy and Civil Engineering Construction, and the associated small business size standard is no more than $33,500,000 in average annual receipts for the latest three completed fiscal years. Invitation for Bids No. W912EF-12-B-0018 will be posted to the FBO website on or about 30 July 2012. Bids will be due no sooner than 30 calendar days after the actual solicitation issuance date. Anticipated bid opening date is 29 August 2012. Important Note: TheFedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It has no relationship to the actual bid opening date. The bid opening date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately 2 weeks after the solicitation is made available to bidders. See solicitation for details about the site visit. Solicitation is 100% set-aside for small business concerns. When issued, the solicitation documents for this project will be available at FedBizOpps.gov https://www.fbo.gov NO CDs OR HARD COPIES WILL BE AVAILABLE. Bidders 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 a bidder's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on FedBizOpps.gov. Phyllis.L.Buerstatte@usace.army.mil USACE District, Walla Walla
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-B-0018/listing.html)
 
Place of Performance
Address: Teton County, Wyoming, Jackson Hole, Wyoming, United States
 
Record
SN02806144-W 20120719/120718000638-c0dae36757ae228449b4a836839a7fef (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.