Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2004 FBO #0844
SOLICITATION NOTICE

Z -- Z--Design/Build Wyoming Valley Levee Raising Project Outfall and Flood Gate Rehabilitation, Luzerne County, Pennsylvania

Notice Date
3/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-04-R-0033
 
Response Due
5/25/2004
 
Archive Date
7/24/2004
 
Point of Contact
Regina Wheeler, 410-962-3204
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore
(regina.m.wheeler@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Z??????Wyoming Valley Levee Raising Project Outfall and Flood Gate Rehabilitation, Wyoming Valley, PA. This proposed procurement is Unrestricted. NAICS 237990, size standard $28,500,000.00. Estimated cost of construction is between $1,000,000.0 0 and $5,000,000.00. Completion no later than 250 calendar days. Work consists of the repair and rehabilitation of twenty-two outfalls and four gates. The work will include lining pipes, grouting bulkheads and pipes, repairing pipe joints, repairing bric k, tile, and concrete pipes, installing duckbill check valves, repairing and replacing flood gates, and dewatering and cleaning the interior of water tunnels. A pre-proposal conference will be scheduled and the date for the conference will be stated in S ection 00100 of the solicitation. This procurement will be advertised as a Request for Proposal and will be evaluated on a Technically Acceptable, Low Priced basis. The technical evaluation criteria will be established in the RFP. All responsible sources may submit a proposal, which shall be considered by the agency. Large business firms are required to submit a subcontracting plan at the time of receipt of their proposals. The following subcontracting dollar goals pertain only to the dollar value of the contract that is subcontracted: 60% of the subcontracted dollar value shall be for small busineses, of that 20% shall be for small disadvantaged businesses, 10% shall be for women owned small businesses, 3% shall be or Hub-zone small businesses, 3% shall be for veteran owned small businesses and 3% shall be for Service Disabled Veteran owned small businesses. THIS SOLICITATION WILL BE PROVIDED IN AN ELECTRONIC FORMAT, FREE OF CHARGE, TO ALL REGISTERED PLAN HOLDERS. THIS SOLICITATION WILL NOT BE ISSUED IN PAPER. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding registration, the CCR web site may be accessed at http://www.ccr2000.gov. Other information regarding registration can be obtained through CCR Assistance Center (CCRAC) at 1-888-227-2423. A paper form for registration may be obtained from the DoD Electronic Commerce Informat ion Center at 1-800-334-3414. (Note: Companies that do not wish to conduct electronic commerce with the Federal Government at this time can reduce the amount of information they must provide by answering ??????no?????? to the question ??????Are you Elec tronic Data Interchange capable???????) It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime con tractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. Solicitation to be issued o/a 15 Apr 04; opening o/a 25 May Apr 04. Contractors requests for solicitations will be performed through ASFI. Contractors may register to be placed on the bidders/offerors mailing lists by going to website: https://ebs.nab.usace.army.mil. All contractors must go to this web site to register as a plan holder. In order to register, each contractor must have a va lid Dun & Bradstreet Number and Cage Code Number assigned for the specific location being registered and also be registered in the Central Contractor Database. Each contractor need only register once for each solicitation. Only registered plan holders wi ll be provided the solicitation. Contractors may view and/or download solicitation information from this internet site. Questions concerning this project can be e-mailed to Ms. Regina Wheeler at Regina.M.Wheeler@nab02.usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN00548143-W 20040319/040317223340 (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.