Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
SOLICITATION NOTICE

F -- Guthrie WRP Wetland Enhancement, County of Graves, State of Kentucky

Notice Date
8/10/2018
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Natural Resources Conservation Service - Contracting Services Branch
 
ZIP Code
00000
 
Solicitation Number
121A2318Q0042
 
Archive Date
10/6/2018
 
Point of Contact
Danny Mandell, Phone: 254-742-9923
 
E-Mail Address
danny.mandell@wdc.usda.gov
(danny.mandell@wdc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRESOLICITATION REQUEST FOR QUOTATION (RFQ): FIRM-FIXED PRICE CONSTRUCTION: The United States Department of Agriculture, Natural Resources Conservation Service (NRCS), Contracting Service Branch (CSB), has a requirement for a federal construction contract, the project will be for the Guthrie WRP Wetland Enhancement, located in the County of Graves, State of Kentucky This procurement is a TOTAL SMALL BUSINESS SET-ASIDE ACQUISITION in accordance with FAR Part 13 Simplified Acquisition Procedures (SAP) and will be released under Solicitation Number 121A2318Q0042. The small business size standard is based on the North American Industry Classification System (NAICS) Code 237990 Other Heavy and Civil Engineering Construction with a size standard of $27.5 million average annual income. PROJECT DESCRIPTION. The work shall consist of restoring the hydrology on the site by constructing a dike with shallow water area, removing surface damage, and creating macro- and micro-topography. The shallow water area will be creating constructing a Dike to impound water in the northeastern field. The Dike will span the drainage ditch adjacent to the closed Old Dublin - Baltimore Road and act as a ditch plug. Surface drainage will be reduced and impeded by installing a Rock Check Dam (Ditch Plug) in the central-eastern field, two 100-ft earth Ditch Plugs in the western and south-central fields, and a 48-ft earth Ditch Plug in the southwestern corner of the easement. The major items of work includes: 1. Mobilization and Demobilization, 2. Clearing, 3. Seeding, Sprigging, and Mulching, 4. Excavation/Earthfill, 6. Water Control Structure (WCS) Installation, 7. Auxiliary Spillways construction, 8. Rock Check Dams (Ditch Plugs construction, PROJECT DURATION. 19 calendar days after the Notice to Proceed (NTP) is issued. Contract approximate Period of Performance September 2018 through October 2018. SUMMARY. Contractor shall furnish provide and furnish all supervision, labor, materials, tools, equipment, transportation, supplies and travel necessary to provide the required services to improve restoration practice of this conservation easement in accordance with NRCS design specifications, and terms and conditions of the contract, and other attachments provided. WORK TO BE PERFORMED BY PRIME CONTRACTOR. The contractor shall perform, with its own organization, work equivalent to at least 50 Percent of the value for the work of the contract. ESTIMATE PRICE RANGE. The estimated price range for this project is between $25,000 - $100,000 TELECONFERENCE/SITE VISIT (CONSTRUCTION). Teleconference/site visit information will be outlined in the solicitation. Teleconference and Site showings are typically held within 1-2 weeks from the date the solicitation is posted in www.fbo.gov. The purpose of this conference will be to answer questions regarding, or requests for clarification of, the Request for Quotation (RFQ) documents. Although questions during the site visit are permissible, statements or representations made during the site visits are not legally bindings. Changes resulting from the site visits are official only if issued through an Amendment to the Request for Quotation (RFQ) solicitation. Contractors are strongly urged to attend both conference and site visit showing. BONDING REQUIREMENTS. Upon award one of the following two alternative payment protections will be required. (i) A payment bond, (ii) An Irrevocable Letter of Credit (ILC). SOLICITATION PACKET (RFQ, Terms and Conditions, Clauses, Provisions, Technical Specifications, and Drawings). The solicitation packet will be available on or about August 23, 2018 on the FEDERAL BUSINESS OPPORTUNITY (FedBizOpps) website at www.fbo.gov. Potential Offerors are advised that they are responsible for obtaining and acknowledging any and all amendments to the solicitation. It is the Offerors responsibility to view the FedBizOpps website daily as no other notification of amendments will be provided on any revisions to this announcement or other notices. SYSTEM FOR AWARD (SAM) REGISTRATION: All prospective contractors must register in the System for Award Management (SAM) registration database at www.sam.gov to be considered for an award of a federal contract. QUESTIONS OR CLARIFICATIONS. All questions or requests for clarifications of the terms, conditions, and requirements of this Request for Quotation (RFQ) shall be submitted to Danny Mandell at danny.mandell@wdc.usda.gov. Please direct all questions via email only. SUBMISSION OF QUOTES. Additional information on the submission of quotes can be found in the solicitation packet, once the solicitation packet is posted. Quotes may be submitted via USPS (Express Mail), Fedex, UPS, to: USDA NRCS Temple State Office CSB, Team 1 Attn: Danny Mandell, Contracting Officer W.R. Poage Federal Building 101 South Main Street, Suite 200 Temple, Texas 76501 Quotes may be hand-carried in and must arrive no later than September 21, 2018, 1:00 pm (CDT) *** Reference the solicitation number (121A2318Q0042) on the outside of your package. When mailing your offer, make sure you allow enough time for delivery by the above deadline. Documents sent late and received after the deadline stated above will be considered non responsive. Emailed offers will be accepted, you may email your quotes to the following email address: danny.mandell@wdc.usda.gov Potential Quoters are advised that they are responsible for obtaining and acknowledging any and all amendments to the solicitation. It is the Quoters responsibility to view the FedBizOpps website at www.fbo.gov, daily as no other notification of amendments will be provided on any revisions to this announcement or other notices.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6aac11a8a8083425fa3a66444e83793d)
 
Place of Performance
Address: Graves County, Kentucky, United States
 
Record
SN05032473-W 20180812/180810231302-6aac11a8a8083425fa3a66444e83793d (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.