Federal Bid

Last Updated on 10 Sep 2011 at 8 AM
Solicitation
Rock hill South carolina

Rivercrest Road

Solicitation ID RMS00100012
Posted Date 12 Jul 2010 at 6 PM
Archive Date 10 Sep 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Central Office
Agency Department Of Interior The
Location Rock hill South carolina United states 29704
Rivercrest Road Reconstruction This notice is released to announce the Department of the Interior-Bureau of Indian Affairs (BIA) intent to award a fixed price contract to furnish all labor, equipment, transportation, material, services, and incidentals necessary to reconstruct an existing 10 FT wide, 0.5 Mile long, dead end earth road and replace it with a 0.74 Mile long paved road consisting of two 11 FT lanes, 6 FT shoulders, variable ditches, and an 8 FT paved sidewalk. The existing road is located on Rivercrest Road (BIA Route #3600) on the Catawba Indian Reservation in Rock Hill, South Carolina. Design and Engineering have been completed. Permits, archeological and NEPA clearances have been acquired. The Right-of-Way is being finalized. This project consists of, but is not limited to: mobilization, construction surveying and staking, material testing, traffic maintenance and control, clearing and grubbing, earthwork, electric, gas, sewer, water, and communication utilities, grade & drain, aggregate roadway, temporary and permanent erosion control, paving, stripping and signage. The Bureau of Indian Affairs, Eastern Region Regional Office, anticipates awarding a firm fixed-price construction contract for these services, and the procurement method will be in accordance with FAR Part 14, Sealed Bidding and FAR Part 36. The estimated dollar value of this procurement is between $1,000,000 and $5,000,000. The applicable Davis Bacon Wage Determination for this project is SC080011, York County. The Period of Performance is 120 calendar days. This project is classified under NAICS Code 237310 and has a size standard of $33.5 Million. The anticipated release of Invitation for Bid No. RMS00100012 is 26 July 2010. Technical questions must be submitted ten (10) calendar days before the bid opening date. E-mail all questions to Susan Sutton at [email protected]. Telephone requests will NOT be accepted. This is the only announcement for the upcoming solicitation. NO ELECTRONIC COPY OF THE SOLICITATION DOCUMENT WILL BE PROVIDED ON FEDBIZOPPS. Interested firms are requested to submit a written request for the IFB package to Susan Sutton, Fax No. 615-564-6701; or e-mail request to [email protected] no later than 20 July 2010. Provide contact name, mailing address, DUNs number, phone number, fax number and e-mail address when submitting request for IFB package. Telephone requests to obtain the IFB package will NOT be accepted. Bid Bond of 20% will be required with your bid package. 100% Performance and Payment Bonds, and Certificate of Insurance are required upon award. Pre Bid Conference and Site Visit shall be mandatory. Bidders are required to attend the Pre Bid conference and inspect the site where the work will be performed. Contractors who fail to attend either the mandatory Pre Bid Conference or Site Visit may not receive any further consideration for award. Location will be identified in the IFB solicitation. Bid opening will be held at BIA, Conference Room #1, BIA, Eastern Region Office, 545 Marriott Dr, STE 700, Nashville TN 37214 at a date to be determined. Any further questions regarding this IFB may be directed to Susan Sutton at 615-564-6752. All responsive bids from responsible small businesses will be considered. Contract award will be made to the lowest responsive and responsible bidder. Contractors must be registered in the Central Contractor Registration (CCR) in order to receive awards from the Federal Government. To register or to learn more about this site, go to www.ccr.gov.
Bid Protests Not Available