Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2003 FBO #0496
MODIFICATION

Z -- Major Rehabilitation, Stage II, Lock and Dam No. 11, Mississippi River, Dubuque County, Iowa & Grant County, Wisconsin

Notice Date
4/8/2003
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
DACW25-03-R-0002
 
Response Due
5/21/2003
 
Archive Date
7/20/2003
 
Point of Contact
A. Conrad Baker, 309-794-5314
 
E-Mail Address
Email your questions to US Army Engineer District, Rock Island
(conrad.baker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Demolition, concrete removal, cleaning and replacement of aggregate in lock floor slab weep holes prior to lock dewatering, construction of new downstream bulkhead slots and sill, dewatering lock chamber, concrete placement, fabrication and installation of precast concrete panels with embedded armor, construction of masonry control stand booths, installation of lock bubbler system, removal and disposal of asbestos-containing materials, removal and disposal of lead-based paint materials, removal and replacem ent of structural steel and steel armoring, structural steel cleaning and painting, removal and replacement of miter gate and tainter valve machinery, miter gate pintle inspection and repair, fabrication and installation of new miter gate strut arms, remov al of existing traveling kevel system and installation of new traveling kevel system, construction of masonry scooter building, regalvanization of existing grating, installation of new metal grating and decking, removal and replacement of chain-link fencin g, removal and replacement of handrailing, removal and replacement of various checkposts and lock ladders, modification of light standards, removal and replacement of electrical power distribution and control wiring and equipment systems, including stand-b y generator and enclosure, removal and replacement of concrete curb and gutter, removal and replacement concrete sidewalks, resurfacing asphalt entrance road and parking area, replacement of lawn sprinkler system, and seeding. The Contract Award will be made using Competitive Proposal negotiation procedures for achieving the Best Value to the Government through the Source Selection (Tradeoff) Process; and the Award made to the offeror whose Technical and Price Proposal combine d, meets the Government's needs in the most effective, economical, and timely manner. The technical evaluation criteria Factors to be used to determine the Best Value to the Government in the evaluation of Technical Proposals in descending order of importa nce are: Factor 1: Technical Approach, Factor 2: Past Performance, Factor 3: Proposal Risk and Factor 4: Cost/Price. In addition to the above Technical Proposal, a Price Proposal will be required to be submitted using the Price Schedule and other required forms provided in the Request For Proposal (RFP). A Government Estimate will be prepared and will be used in the cons ideration of Price Proposals. Price reasonableness that matches an offeror's technical approach is considered critical in the Government's Price Proposal consideration. However, Award of a Contract will not be based solely on the lowest Price Proposal. Sig nificant, unexplained differences where proposed prices do not match a proposed technical approach and risk involved, may result in a Proposal being removed from the Competitive Range. The Government reserves the right to conduct discussions with all of th e offerors within the Competitive Range. The Government also reserves the right to Award a Contract without discussions. All technical evaluation criteria Factors other than Price when combined are significantly more important than Price. After the Governm ent evaluates the Technical and Price Proposals received, the Contracting Officer will determine a Competitive Range. The Competitive Range will consist of all of the most highly rated Proposals against all technical evaluation criteria factors and Prices proposed. The Contracting Officer may limit the number of Proposals in the Competitive Range to the greatest number that will permit an efficient competition among the most highly rated Proposals in accordance with FAR 52.215-1. The estimated magnitude of the proposed procurement is between $10,000,000 and $25,000,000. Plans and Specifications will be provided on CD-ROM at no cost (Limit 1 CD-ROM per Offeror) on or about April 21, 2003. Parties interested in receiving a CD-ROM must register at the following World-Wide-Web Internet address: http://www.mvr.usace.army. mil. An unofficial version of this solicitation will also be posted. Paper copies will not be available from the Government. The apparent successful offeror must be registered in the Department of Defense Central Contractor Registration (CCR) database. No Contract Award will be made to an offeror until this requirement is met. Offerors not already registered in the CCR database are highly encouraged to do so via the following World-Wide-Web Internet address: http://www.ccr.gov. The North American Industry Classification System (NAICS) code for this procurement is 237990. The Small Business Size Standard is $28.5 Million. Technical inquiries can be directed to Mr. Robert McAfee at 309-794-5424. Arrangements for inspecting the project site can be made with: A rea Engineer, Ms. Barbara Lester, Central Area Office, U.S. Army Corps of Engineers, 5235 Grand Avenue, Davenport, Iowa 52807-1014, Telephone: 563-386-0572, or 563-386-0651 (Collect Calls Not Accepted).
 
Place of Performance
Address: US Army Engineer District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
Country: US
 
Record
SN00298737-W 20030410/030408213825 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.