Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2005 FBO #1228
SOLICITATION NOTICE

Y -- REPLACE RAW WATER PIPING AT INTAKE AT THE US ARMY CORPS OF ENGINEERS, OMAHA DISTRICT; FORT RANDALL PROJECT OFFICE, PICKSTOWN, SD

Notice Date
4/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
237110 — Water and Sewer Line and Related Structures 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-B-0005
 
Response Due
6/30/2005
 
Archive Date
8/29/2005
 
Small Business Set-Aside
Total HUB-Zone
 
Description
On or about 19 April 2005, this office will issue Invitation for Bids for the construction of Replace Raw Water Piping at Intake, Fort Randall, Pickstown, SD. Bids will be opened on or about 19 May 2005. NAICS 237110 is utilized with a $28.5 millio n size standard. This project is set-aside under the Historically Underutilized Business Zone (HUBZone) Program. To be considered for award, successful bidder must be a certified HUBZone contractor. Status as a qualified HUBZone small business concern i s determined by the Small Business Administration (SBA) in accordance with 13 CFR part 126. If the SBA determines that a concern is a qualified HUBZone small business concern, it will issue a certification to that effect and will add the concern to the Li st of Qualified HUBZone Small Business Concerns on its Internet website at http://www.sba.gov/hubzone. Contractors interested in inspecting the site of the proposed work should contact Ken Swanda or Ron Gall, Fort Randall Project, P.O. Box 199, Pickstown, South Dakota 57367 PHONE NUMBER: (605)487-7845 ext. 3006 and 3004 respectively. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Ordering below. The work will include the following: (Approx. quantities) Work consists of removing approximately 400 LF of existing raw water piping and installing approximately 190 LF of new water piping ranging size from ? inch to 4 inches. Piping is located within the powerhouse intake structure. The estimated construction cost of this project is between $100,000 and $250,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids 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 Enginee rs considers the following goals reasonable and achievable for fiscal year 2005: (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) Service-Disabled Veterans: 0.5% of planned subcontracting dollars*. (e) Hubzones: 2.9% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 90 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work i n the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.b pn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission o r update to ORCA. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) 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 plans and specifications on CD-ROM shall be by registering on the Omaha District website: http://ebs-n wo.wes.army.mil/. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If any of the information changes during the advertisement period, you must make changes through the Omaha District web address. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions rega rding the ordering of the same should be made to: (402)221 3910. Telephone calls regarding Small Business matters should be made to: (402)221 4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: (402) 221-3056 or Specification Section at: (402)221 4411.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00782236-W 20050407/050405212652 (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.