Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

Z -- Crystal Cove park Project, South Sioux City, NE

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
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-B-0008
 
Response Due
7/7/2005
 
Archive Date
9/5/2005
 
Small Business Set-Aside
N/A
 
Description
On or about 07 June 2005, this office will issue Invitation for Bids for the construction of Crystal Cove Park Project, South Sioux City, NE. Bids will be opened on or about 07 July 2005. This solicitation is unrestricted and open to both large and small business participation. Contractors interested in inspecting the site of the proposed work: The project site is located in a city owned public park. Potential bidders are welcome to visit the site at any time at their convenience. Any questions s hould be directed to Brent Brown, South Sioux City Parks and Rec Department 402-494-7536 or Greg Johnson, Corps of Engineers Project Manager 402-221-7258. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See O rdering below. The work will include the following: (Approx. quantities) The Crystal Cove Project consists of lake dredging, disposal hill construction, wetlands construction, non-native invasive tree and vegetation removal, seeding, and native tree and shrub planting. The dredging component will involve dredging approximately the northern 4 acres of Crystal Cove Lake to a minimum depth of 10 feet with 15-foot deep trenches placed in a radial pattern. The estimated quantity of dredge material is 20,000 cubic yards that will be pumped to two sites within the Park. One adjacent to the lake on the northwest shore and the other a temporary storage area just north of the lake. Once stabilized, approximately 1/2 of the material from the north area will be m oved to construct a permanent disposal hill on the northeastern side of the park. The remaining material will be shaped into two irregular mounds with an excavated wetland in between. There will also be 3 other wetlands excavated to increase the size and depth of existing wetlands. The total acreage of these wetland excavations will be about 4 acres and depths will be generally less than 4 feet. Non-native vegetation removal will involve selective removal of identified trees and treatment of leafy spurg e. Seeding and tree and shrub planting will involve native prairie grass seeding, wetland seeding, and planting of approximately 2,200 native trees and shrubs. The estimated construction cost of this project is between $500,000 and $750,000. 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 Engineers 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 120 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in 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: Please be advised of on-line registration requirement in Centra l Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to upda ted annually as a minimum to keep information current, accurate and compl ete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been det ermined 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: ht tp://ebs-nwo.wes.army.mil/. Ordering of plans and specifications on CD-ROM shall be by registering on the Omaha District website: http://ebs-nwo.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 regarding the ordering of the same should be made to: 402- 221-4119. Telephone calls regarding Small Business matters should be made to: 402- 221-4110. Telephone calls on contents of drawings and specification s should be made to the Project Manager at: 402-221-7258 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
SN00814633-W 20050526/050524212318 (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.