Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

Y -- LOCKPORT POOL MAJOR REHABILITATION AND MAINTENANCE STAGE I - APPROACH DIKE REPAIR, RIVER MILE 291.0 TO RIVER MILE 292.7, ILLINOIS WATERWAY, LOCKPORT, IL

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
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
W912EK-07-R-0002
 
Response Due
5/31/2007
 
Archive Date
7/30/2007
 
Small Business Set-Aside
N/A
 
Description
W912EK-07-R-0002 - Lockport Pool Major Rehabilitation and Maintenance Stage I  Approach Dike Repair, River Mile 291.0 to River Mile 292.7, Illinois Waterway. Work consists of the installation of a seepage cutoff barrier in the right-descending bank , Lockport Approach Dike (4,400 lineal feet, 50 feet deep); pre- and post-instrumentation to ensure quality assurance/control; and replacing asphalt cement concrete along a Metropolitan Water Reclamation District of Greater Chicago (MWRD) Powerhouse access road. A seepage barrier test section will be constructed prior to full implementation to ensure success with the chosen technology. Competition for this project is unrestricted. NAICS Code 237990, size standard $31.0 million. Please contact Mr. Jack M cDaniel, at 309/637-1314 or 309/637-1379 to make arrangements for inspecting the site. Collect calls will not be accepted. A future announcement will be posted regarding the date, time and registration information for a pre-proposal meeting. The estima ted magnitude of this requirement in terms of physical characteristics and estimated price is more than $10,000,000. The Contract Award will be made using Competitive Proposal negotiation procedures for achieving the Best Value to the Government through t he Source Selection (Tradeoff) Process, and will be made to the offeror whose Technical and Price Proposal combined, 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 importance 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 consideration of Price Prop osals. 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, significant, 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 the 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 Government evaluates the Te chnical 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 Contr acting 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. Plans and Specifications will be available on or about April 30, 2007. Solicitation will be issued in electronic format only and will be posted on the Federal Business Opportunities website at https://www.fbo.gov . In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at https://www.fbo.gov If you are not registered; the Government is not responsible with providing you with notification of any changes to this solicitation. In addition, in order to generate a Plan Holders List, all interested bidders must also REGISTER AS INTERESTED VENDOR which is also located on the Federa l Business Opportunities website at http://www.fbo.gov. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information or visit the CCR web site at http://www.ccr.gov.
 
Place of Performance
Address: US Army Engineer District, Rock Island - LOCKPORT POOL, ILLINOIS WATERWAY P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
Country: US
 
Record
SN01237010-W 20070224/070222221022 (fbodaily.com)
 
Source
FedBizOpps 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.