Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2005 FBO #1214
MODIFICATION

Y -- Y--Construction Contract for the Big Sioux River and Skunk Creek Flood Control Project Phase 2, at Sioux Falls, South Dakota

Notice Date
3/22/2005
 
Notice Type
Modification
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-05-R-0002
 
Response Due
5/11/2005
 
Archive Date
7/10/2005
 
Small Business Set-Aside
N/A
 
Description
On or about 22 March 2005, this office will issue Request for Proposals for IDIQ Construction Contract for the Big Sioux River and Skunk Creek Flood Control Project (Phase 2), at Sioux Falls, South Dakota. Proposals will be received on or about 11 M ay 2005. This solicitation is unrestricted and open to both large and small business participation. Anyone interested in a possible site visit may contact the Corps of Engineers Project Manager, Mike Barnes, at 402-221-4605. DO NOT submit requests for pr oposal documents to site visit personnel listed above. See ordering information at the end of this announcement. The work will include the following: quantities are approximate, Scope of Work: Eight miles of existing levee will be raised approximately two to five feet in order to provide 100-year flood protection along the Big Sioux River and Skunk Creek, within the City of Sioux Falls. Approximately 500,000 cubic of fill materi al will be required to raise the existing levee system. The project extends along the Big Sioux River from the I-229 bridge north to approximately 500 feet north of the confluence with Skunk Creek. The project extends along Skunk Creek from just west of Marion Road to the confluence with the Big Sioux River. Design work pertaining to raising the existing levee system including installation or modification of approximately 25 drainage structures culverts has been completed by the U.S. Army Corps of Engine ers. The project includes purchasing and installing an air-inflatable rubber dam inflatable dam on the Big Sioux River immediately upstream of the confluence with Skunk Creek, and a blower control building with all electrical and mechanical equipment necessary to make the inflatable dam a complete and useable facility. The inflatable dam will eliminate the need to raise the existing levee between the inflatable dam and the existing diversion dam, located north of the City of Sioux Falls. Construction specifica tions will list Bridgestone as the sole source that all offerors must use for purchase and installation of the inflatable dam. Estimated construction time to complete the project is 740 days. Location: Big Sioux River at Sioux Falls, South Dakota Flood C ontrol Project, Phase 2. Award will be made to an offeror selected on a best value basis. The primary NAICS code is 237 series. Each contract will require the offeror to furnish all plant, labor, materials, and equipment to perform a wide variety of construction features including but not limited to: Clearing and grubbing; soil excavation; fi ll placement and compaction; installation/modification/removal of approximately 25 drainage structures (culverts); air-inflatable dam and blower control building. Proposal Evaluation: Major point scored evaluation areas of each offerors proposal, in descending order of importance, include: Project Management Plan; Experience Constructing Large Earthwork Projects in Urban Environments; Experience Constructing Hydra ulic Structures in a River or Body of Water;Construction Performance Large Earthwork Project in Urban Environments; Construction Performance Hydraulic Structures in a River or Body of Water; Key personnel Design and Construction; Construction Performance W orking with Bridgestone, or any Air-Inflatable Rubber Dam Manufacturer; Utilization of Small Business; and Price. All other evaluation factors, when combined, are anticipated to be approximately equal to price in the source selection decision. The estimated value of the contract awarded from this solicitation is $11,000,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting proposals for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of En gineers considers the following goals reasonable and achievable for fiscal year 2003: (a) Small Business: 50.9% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars. (c) Women Owned Small Business: 7.2% of planned subcontracting dollars. (d) HubZone business: 2.9% of planned su bcontracting dollars. (e) Service-Disabled Veteran business: .5% of planned subcontracting dollars. Performance and payment bonds will be required. Plans and specifications are available on Compact Disk CD-ROM, and will be provided free of charge. The number of Compact Disks will be limited to one per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/. Ordering of the CD-ROM shall be made through this Internet address also. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If you do not have Internet access, you will not have access to the plan holders list and to amendments to the s olicitation. Plan holders are responsible to check the Internet address for amendments. If any company information changes during the advertisement period, this information must be revised on the plan holders list at the above Internet address. Failure to change the above information may cause a delay in receiving CD-ROM and amendments. Questions regarding ordering of the same should be made to Diana L. Vanderzanden at email address: diana.l.vanderzanden@usace.army.mil or by telephone at 402-221-4044. Questions regarding Small Business matters should be made to Hubert J. Carter at email address: hubert.j.carter@usace.army.mil or by telephone at 402-221-4110. Questions regarding contents of Request for Proposal RFP package should be made to Micheal J. Barnes, Project Manager, at email address micheal.j.barnes@usace.army.mil or by telephone at 402 221-4605 or Marylee Stobbe, Specification Section, at telephone 4 02-221-4411, or by mail to: Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-C, 106 South 15th Street, Omaha, NE 68102
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00773433-W 20050324/050322212358 (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.