The RFP Database
New business relationships start here

OTT - J.W. Toumey Nursery Wastewater System Replacement


Wisconsin, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Solicitation #12569R19Q0032
Ottawa J.W. Toumey Nursery Wastewater System Replacement

The Lake States Acquisition Team is announcing an opportunity to bid on a construction project for replacement of the current onsite wastewater system and the partial removal of the existing wastewater system at the J.W. Toumey Nursery on the Watersmeet Ranger District of the Ottawa National Forest in the Upper Peninsula of Michigan. This acquisition is advertised as a total small business set-aside using Simplified Acquisition Procedures. Per FAR SubPart 5.202(a)(13) a pre-solicitation is not required.


In accordance with FAR Part 36.204(b), the estimated magnitude of construction is between $25,000 and $100,000. The applicable North American Industry Classification System (NAICS) Code is 237110. The Small Business Administration size standard is $36.5 million.


There is a requirement for payment protections (Irrevocable Letter of Credit (ILC) or payment bond) if offer is over $35,000. The payment bond or ILC will be for 100% of the award price and submitted within 10 days after contract award. There is no bid guarantee required. Payment for bond premiums shall not be in addition to the contract price.


Davis-Bacon wage rates apply and are included as an attachment to this solicitation.

Contractors are required to be actively registered with the System for Award Management (SAM) database and completed their online representations and certifications.


No reimbursement will be made for any costs associated with providing information in response to this solicitation, amendments, or any follow up information requests. No hard copies of the solicitation, supporting documents and applicable amendments, if any, will be provided. To receive the entire solicitation package and any applicable amendments, prospective offerors must download them from the FedBizOpps website.


Project start date is approximately August 1st and the contract is estimated to require approximately 45 days for completion.


The scope of work includes mobilization; pump-out of sewage and removal of septic tanks & lift station(s); removal of control panel and junction box; removal of drain field vents/inspection ports and other appurtenances related to the existing wastewater system; furnishing & installing 1,500/1,000 gallon septic/pump tank(s) complete with control panel(s), duplex pump system and associated electrical work; furnishing & installing new bollards; furnishing & installing new PVC cleanouts; furnishing & installing 4" PVC gravity sewer lines (some of which are under existing asphalt pavement); furnishing & installing 1.5" PVC force main by open trench; furnishing & installing pressurized drain field including associated piping, observation ports, access boxes, marker posts, etc. for a turn-key system; site restoration; system commissioning.


Detailed specifications and design drawings/plans are included as attachments to the solicitation.


A pre-bid meeting will be held at the J.W. Toumey Nursery Site on July 9th, 2019 at 10:00 a.m. Central Standard Time. If you wish to visit the site independently, you may contact Eric Johnson, at 906-285-6898 or eric.r.johnson@usda.gov for additional information.


The contract includes a total of 10 line items.


Item # Description Quantity/Measure
1 Mobilization 1 LSQ
2 Remove existing septic tanks & lift station 1 LSQ
3 Install new 1500/1000 gallon septic/pump lift station 1 LSQ
4 New bollards 4 LS
5 New 4" cleanouts 2 LS
6 New 4" gravity sewer line 125 DQ
7 New 1.5" force main to drain field 92 DQ
8 New drain field 1 LSQ
9 Site restoration 1 LSQ
10 Commissioning of system 1 LSQ



Contractors must complete and return:
1) SF-18 Form
2) Section B
3) Section K
4) Experience Questionnaire or equivalent information.


Offers may be e-mailed to annette.caliguri@usda.gov , SUBJ: 12569R19Q0032 or mailed to the address in Block 9 of the SF-18 form by 1:00 pm EST on July 29th, 2019. No fax bids will be accepted.


All invoices must be submitted via the electronic Invoice Processing Platform (IPP). This is a mandatory requirement initiated by the U.S. Department of Treasury. For more information see website https://www.ipp.gov/index.htm. Please ensure that your company has registered for an account at https://www.ipp.gov/vendors/enrollment-vendors.htm.


Contracting Officers Representative for this contract is: Eric R. Johnson, 906-285-6898 or eric.r.johnson@usda.gov.


 


 


Annette C. Caliguri, Contract Specialist, Phone 906-428-5842, Fax 906-428-9030, Email annette.caliguri@usda.gov - Eric Johnson, Civil Engineer, Phone 906-932-1330 ext 322, Email eric.r.johnson@usda.com

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP