MODIFICATION
56 -- Utility Locates Fremont Pass Recreation Path
- Notice Date
- 8/6/2018
- Notice Type
- Modification/Amendment
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, Colorado, 80228
- ZIP Code
- 80228
- Solicitation Number
- 6982AF18Q000009
- Archive Date
- 9/1/2018
- Point of Contact
- Donald Peters, Phone: 7209633347, Sheri Muehl, Phone: 7209633347
- E-Mail Address
-
donald.peters@dot.gov, cflcontracts@dot.gov
(donald.peters@dot.gov, cflcontracts@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial service for Subsurface Utility Locating and Marking prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation 6982AF-18-Q-00009 is being issued as a Request for Quote (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005 ‐ 76. This procurement is a 100% Small Business set ‐ aside IAW FAR 19.502 ‐ 2 (a). The NAICS code is 713940 and the Small Business Size Standard is $7M. The following commercial service is requested: The Federal Highway Administration (FHWA), Central Federal Lands Highway Division (CFLHD) has a requirement for utility locates and designation on the proposed Fremont Pass Recreation Path project. This project is 3.33 miles long and is located near Copper Mountain Resort, Colorado. CLIN 0001 ‐ CO FLAP SUM 91(1) Fremont Pass Utility Services Item A: Mobilization & Demobilization Item B: On Project Mileage Item C: Utility Designating (Quality Level B) Item D: Utility Locating (Quality Level A) Item E: Per Diem (Per Person Per Day) The work required includes: Designate all utilities within the corridor to Quality Level B. Designate at 100 feet intervals and at junctions, tees, and bends. (Price List Item C) Locate utilities at Quality Level A (Price List Item D). Complete work required by September 30, 2018 See Attachment: Scope of Work, wage determination and Quote sheet for key details Submit your quote via email to Don Peters at donald.peters@dot.gov Responses to this RFQ must be received via e ‐ mail not later than 2:00 PM Mountain Time (MT) Friday, 17 August 2018. Oral quotes will not be accepted. Collect calls will not be accepted. Hand delivered or mailed quotes will be accepted. Emailed quotes must be received at the stated addressee's email inbox on time and the addressee must be able to open the email and all attachments. No other emails receipt will be acceptable. The Government does not accept responsibility for non ‐ receipt of quotes. It is the contractor's responsibility to request and receive confirmation of quote receipt. All questions regarding this RFQ must be submitted via email. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quote submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. All quotes must include registered DUNS, CAGE codes, Tax ID, Address, Phone Number, Email Address and small business status, and any applicable GSA contract number. Instructions to Offerors ‐‐ Commercial Items applies to this request. Quotes must include information and pricing for CLIN 0001 to be considered for award. 1. This is a Firm Fixed Priced single award. 2. Evaluation ‐ Commercial Items applies to this request. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications listed under CLIN 0001. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. 3. The following provisions and clauses apply to this acquisition: FAR; 52.212-1, 52.212 ‐ 2, 52.212-3, 52.212 ‐ 4, FAR 52.212 ‐ 5(52.203-6, 52.204-10, 52.204-14, 52.209-6, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.222-17, 52.222-41, 52.222-42) 52.225-25, 52.252-2, 52.209 ‐ 10, 52.209-11, 52.211 ‐ 6, 52.217-8, 5 52.217-9, 52.232-39,52.232-40, 52.233-3, 52.233-4, 52.242-15, 52.242-17, 52.244-6, 52.252-1, TAR;1252.242-73 Download the attachments for the full description, wage determination and quote sheet. Fill out and return. Send to Don Peters at Donald.peters@dot.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/6982AF18Q000009/listing.html)
- Place of Performance
- Address: Fremont Pass Recreation Path project. This project is 3.33 miles long and is located near Copper Mountain Resort, Colorado., Copper Mountain Resort, Colorado, 80443, United States
- Zip Code: 80443
- Zip Code: 80443
- Record
- SN05022970-W 20180808/180806231339-f206c88f7e1fe35faa7c28fd15784946 (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 |