Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2002 FBO #0368
SOLICITATION NOTICE

Y -- Tern Island Shore Protection Projects

Notice Date
12/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers - Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
DACW83-03-R-0002
 
Archive Date
3/23/2003
 
Point of Contact
Jennifer Ko, 808-438-8584
 
E-Mail Address
Email your questions to US Army Corps Of Engineers - Honolulu
(jennifer.i.ko@poh01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This solicitation is unrestricted. The North American Industry Classification Code for this acquisition is 237990. Tern Island Shore Protection Projects. Tern Island is a 37 acre islet located at the northern extremity of the French Frigate Shoals, Nor thwest Hawaiian Islands. It is located approximately 500 nautical miles northwest of Honolulu, Hawaii. The plan of improvement consists of a small boat dock, launching ramp, approximately 770 feet of sheet pile bulkhead and 3,700 feet of rock revetment. The sheet pile bulkhead will consist of cantilevered and anchored walls and will be located immediately seaward of the existing sheet pile wall. The rock revetment consists of one and two layer armor stones sections. In the reaches of the single layer armor, stones range in weight from 2000 to 3000 lbs while in the two armor stone layer reaches, the armor stone range in weight from 1200 to 2000 lbs. The Government intends to award to the offeror whose proposal is determined to be technically acceptable and has the lowest reasonable price. Technical Factors include: Factor I, Past Performance and Past Experience, Factor II, Key Personnel, and Factor III, Small Business Program. Solicitation to be issued on or about December 20, 2002, utilizing Electro nic Bid Sets (EBS). The estimated cost of the proposed project is between $10,000,000 to $25,000,000. Traditional hard copies of plans and specifications will not be available for this solicitation. Documents will be provided on Compact Disks-Read Only Memory (CD-ROM) for a non-refundable charge of $67.92. Solicitation documents shall be requested through any of the following methods only: a) mail requests to: Document Automation & Production Service (DAPS), Attn: Army Corps Solicitation, 1025 Quincy Avenue, Suite 200, Pearl Harbor, Hawaii 96860-4512; b) via courier service to: DAPS, Attn: Army Corps Solicitation, Building 550, Pearl Harbor, Hawaii 96860-5120; or c) via facsimile (if paying by credit card) to (808) 473-2604. Requests must state com pany name, address, telephone number, facsimile number, solicitation number, project title, and company designation (prime contractor, subcontractor, supplier, or plan room). Envelope front must show the solicitation number. Checks shall be made payable to Superintendent of Documents. Facsimile requests must state (1) the above required company information, and (2) cardholder?s name, account number, and card expiration date. VISA and MasterCard are the only credit cards accepted. Firms requesting air e xpress service shall furnish completed airbills showing recipient?s name, company name, telephone number, company billing account number, and type of delivery required. Firms with foreign delivery addresses shall provide completed commercial or corporate invoices in addition to the completed airbills. Failure to supply completed airbills and commercial or corporate invoices (if applicable) will result in solicitation documents being sent via regular U. S. mail. Failure to provide any of the foregoing inf ormation, documents, and/or payment may delay mailing of solicitation documents. SUMMARY: 1. Send all requests and payments to the DAPS addressed above. Do not send to the U. S. Army Engineer District, Honolulu. 2. Solicitation documents will no longe r be available for purchase over the counter from the U. S. Army Engineer District, Honolulu, nor will they be available for purchase or pick-up over the counter at DAPS. 3. Allow up to five days from the date DAPS receives requests for solicitation docu ments to be mailed out. 4. Address inquiries regarding issuance of solicitations, amendments, and plan holder listings to DAPS at (808) 473-4960. Address technical and all other inquiries to the points of contact identified in this document. Firms with Internet access are requested to obtain plan holder listings from DAPS website at https://www.pacific.daps.dla.mil/da8/jsp/PlanHoldersListArmy.htm. Project in formation can be obtained from the Honolulu Engineer District Contracting website at http://www.poh.usace.army.mil/pohct/contracting.asp. Small, small disadvantaged and women-owned small business concerns are encourage to participate as prime contractors or as members of joint ventures with other small businesses and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507.
 
Place of Performance
Address: US Army Corps Of Engineers - Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN00214844-W 20021205/021203213720 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.