Avatar

Please consider registering
guest

sp_LogInOut Log In sp_Registration Register sp_MemberList Members

Register | Lost password?
Advanced Search

— Forum Scope —





 

— Match —





— Forum Options —





Minimum search word length is 3 characters - maximum search word length is 84 characters

sp_Feed Topic RSS sp_TopicIcon
North Shore RV Park Cleanup - Reclamation
October 23, 2009
8:19 AM
Avatar
Member
Forum Posts: 5298
Member Since:
August 29, 2005
sp_UserOfflineSmall Offline

The Bureau of Reclamation (Reclamation) has a requirement for the pavement replacement for roads, parking lots, and storage areas in and around its desalting complex and office facilities, Yuma County, Yuma, Arizona. This project will be partially or wholly funded from the American Recovery and Reinvestment Act of 2009 (ARRA). Please be advised that the Awardee will be subject to Section 1512(c) of ARRA, which requires that each contractor report on its ARRA funds under the awarded contract. These reports will be made available to the public. Project Description: North Shore RV Park was a small recreation concession near Mecca, California, on the east shore of the Salton Sea. It was operated by a succession of private lessees on lands leased from Reclamation since the 1960s. At one time it included several dozen recreational camping spaces, a marina for sport fishing and boating, and other amenities. As water based recreation use at the Salton Sea declined over the years, North Shore RV Park became increasingly less financially viable. North Shore RV Park is located in the South West of Section 34, Township 7 South, Range 10 East, San Bernardino Meridian, California. The existing facility and associated infrastructure has deteriorated to the point that it has become an attractive nuisance in addition to possible health and safety issues. Although an effort has been made to limit access to the site, a number of the abandoned trailers have been subject to vandalism. In order to reduce government liability and in order to reduce the attractive nuisance the vacated trailers and buildings present, Reclamation is requiring that the trailers including slabs, washroom/restroom building, power distribution boxes, trailer power pedestals, hose spigots and above ground irrigation lines, light poles, dying trees, rock and concrete landscaping, fencing and trash pickup. Included is hazardous waste removal and disposal noted in the HAZMAT report. The sewer line at each pad/building will have to be plugged. Due to the presence of asbestos, it will be necessary for the demolition work to include any required lead paint and asbestos abatement and disposal in accordance with the requirements of local, state, and federal governing entities including the necessary inspections and notifications. The North American Industry Classification System (NAICS) Code assigned to this project is 237990 Other Heavy and Civil Engineering Construction with a corresponding small business size standard of $33.5M. The project period of performance is anticipated to begin December 28, 2009 with an anticipated completion date of June 28, 2010. Bid Bond, Payment and Performance Bonds are required. The magnitude of this construction project is estimated to be between $250,000.00 and $500,000.00. The anticipated period of performance is 180 calendar days from Notice to Proceed. The acquisition was offered to and accepted by the U.S. Small Business Administration under the 8(a) Program and will be awarded on the basis of competition limited to eligible 8(a) firms within Region IX. Therefore, invitation for bids will be extended to firms eligible for program participation located within the states of Arizona, California, and Nevada. There will be a formal public bid opening. This requirement will be solicited and awarded using the method outlined in FAR Part 14 - Sealed Bidding. The resulting contract will be a firm fixed price construction type. The solicitation and any amendments to the solicitation will be available only through Federal Business Opportunities (FBO) (www.fedbizopps.gov) website. The extent of the work will be described in the solicitation when it is posted on or about November 05, 2009. A site visit/pre-proposal conference will be held on or about November 16, 2009. Bids will be due on or about December 05, 2009. All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. All dates in this announcement are estimated and are subject to change. No other information will be available before the solicitation is posted. All interested parties are responsible for checking the FBO website to ensure that they have the most current information. Bidders are required to have a current registration on the Central Contractor Registration (CCR) to be eligible for contract award. Bidders may register on CCR at http://www.ccr.gov. Questions may be submitted to Meagan Fyffe at mfyffe[at]usbr.gov or by fax at 702-293-8499.

Forum Timezone: America/New_York

Most Users Ever Online: 429

Currently Online:
64 Guest(s)

Currently Browsing this Page:
1 Guest(s)

Top Posters:

James: 5298

demobud: 817

Robert Kulinski: 573

1Pyro: 548

autoparter: 534

Member Stats:

Guest Posters: 48

Members: 3037

Moderators: 0

Admins: 2

Forum Stats:

Groups: 4

Forums: 17

Topics: 19252

Posts: 27485

Administrators: JOHN: 7602, John: 6249