MODIFICATION
Z -- OVERLAY ASPHALT PARKING LOTS & DRIVEWAYS
- Notice Date
- 9/2/2018
- Notice Type
- Modification/Amendment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Agricultural Research Service - Western Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- 1232SD18B0018
- Archive Date
- 10/4/2018
- Point of Contact
- Monte Jordan, Phone: 662-686-5361, Vinay B. Kaul, Phone: 510-559-6016
- E-Mail Address
-
monte.jordan@ars.usda.gov, vinay.kaul@ars.usda.gov
(monte.jordan@ars.usda.gov, vinay.kaul@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) is issuing a Solicitation Notice for Solicitation Number 1232SD18B0018 for Overlay asphalt parking lots and driveways for Fort Keogh Livestock & Range Research Laboratory located near Miles City, MT. The solicitation is issued as an Invitation for Bid (IFB) which will result in a single firm fixed-price (FFP) construction contract. This procurement is being competed as a Total Small Business Set-Aside. Offers from other than Small Business concerns will not be considered and shall be rejected. The offeror must be a General Construction company with an approved North American Industry Classification System (NAICS) Code 237310- Highway, Street, and Bridge Construction, Size Standard $36.5 Million and bonding capacity. A bid guarantee is required under this solicitation. A Payment Bond and a Performance Bond will be required after award. A Site Visit is scheduled for Thursday, August 23, 2018 @ 09:00 a.m. (local time) at the Fort Keogh Livestock & Range Research Laboratory, 243 Fort Keogh Road, Miles City, MT 50301. The Contractor shall provide all labor, materials, tools, equipment, transportation, supervision, coordination, and services necessary to "Overlay Asphalt Parking lots & Driveways at Fort Keogh near Miles City, MT. a. To install a 2" hot asphalt overlay of the North and South Parking Lots and Driveways at the Fort Keogh Facility, as noted in the attached "North Parking Area 20180730v5.pdf" and "South Parking Area 20180730v5.pdf" b. Mill areas where needed to provide smooth transitions at adjacent drives, concrete gutters and curbs c. Deep cracks as noted on the drawings shall be milled 2 inches deep and approximately 18 inches wide, then filled with hot mix asphalt. Then overlaid with another 2" of hot mix asphalt, for total of 4" of new asphalt. d. Overlay Parking lots with 2 inches of hot asphalt mix. e. Install 13 new concrete parking bumpers. f. Paint Stripes on North Parking lot like the existing. g. The Contractor will provide a turn-key project satisfying all Local, State, and Federal requirements. h. Contractor is responsible for any damages to adjacent equipment during installation. The Contractor is responsible for making repairs to meet or exceed conditions prior to damage. I. The Contractor is responsible for visiting the site prior to submitting a proposal to observe existing conditions and clearly define scope of work. No compensation will be provided for conditions that would be visible during an on-site visit for persons experienced performing this type of work. All work shall be completed in accordance with the Statement of Work and IFB documents. Work is to be completed within 60 calendar days of receipt of Notice to Proceed. The magnitude of construction cost for this project is between $125,000 and $175,000. NOTICE TO PRIME (GENERAL) CONTRACTORS: The UNRESTRICTED offeror must be registered in the System for Acquisition Management (SAM)database at https://www.sam.gov prior to award. This procurement requires the use of bio-based products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA Bio-Preferred SM Program. Construction Phase Services shall include, but not be limited to construction; administration of the construction contract and all sub-contracts; coordination of regular construction meetings; CPM scheduling; maintaining construction records including daily logs and monthly reports; monitoring of construction costs; administration of a Quality Control program and related inspection; close-out submittals, including record drawings and O&M at the completion of the project; and other required services specified in the Construction Documents (this Statement of Work & Attachments). The Contractor is responsible for the construction, including timely delivery and project cost control. Construction Phase Services beginning at the issuance of the NTP after the Contract is awarded through construction completion. Offerors shall submit their bids to the following address: USDA/ARS/WBSC ATTENTION: Monte Jordan, Cubicle 14O 141 Experiment Station Road Stoneville, MS 38776-0225
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a3ed3f76be526dbdecc4b730f929aeb9)
- Place of Performance
- Address: Fort Keogh Livestock & Range Research Laboratory, USDA/ARS/NPA, 243 Fort Keogh Road, Miles City, Montana, 59301, United States
- Zip Code: 59301
- Zip Code: 59301
- Record
- SN05068324-W 20180904/180902230014-a3ed3f76be526dbdecc4b730f929aeb9 (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 |