Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

C -- Heavy and Civil Engineering Construction, Water and Sewer Line and Related Structures Construction

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-07-T-0204
 
Response Due
9/14/2007
 
Archive Date
11/13/2007
 
Small Business Set-Aside
N/A
 
Description
Relief Well Flow Tube Installation for Sam Rayburn, Solicitation Number, W9126G-07-T-0204 will be issued in fifteen (15) days from the date of this synopsis being published. Heavy and Civil Engineering Construction, Water and Sewer Line and Related S tructures Construction is being solicited for the Sam Rayburn-Town Bluff Project Office, Jasper, Texas. The Contract Specialist for this solicitation will be Earnestine D. Cooper, 817-886-1044; or by e-mail at earnestine.cooper@swf02.usace.army.mil. This will be a Firm Fixed Price Type Contract. The U.S. Army Corps of Engineers  Fort Worth District is soliciting for a contract for Relief Well Flow Tube Installation in accordance with the following two (2) tasks. Task number one (1), the contractor shal l provide all concrete, formwork, equipment and labor to install eleven (11) 4 diameter Schedule 80 relief well tubes thru collection ditch apron at relief wells indicated below the main impoundment levee near the collection ditch on the Sam Rayburn proje ct as per specifications and drawings provided for the estimated quantity of eleven (11) each. Task number two (2) is for Repair of existing relief well #50A. The contractor shall provide all concrete, formwork, equipment and labor to repair existing relief well riser at well #50A below the main impoundment levee near the collection ditch on the Sa m Rayburn project as per specifications and drawings in accordance with the plans and specifications and drawings provided for the estimated quantity of one (1) each. Construction site for these tasks shall be located at Sam Rayburn Project Office, Route 3, Box 486, (Highway R255, Jasper County), Jasper, Texas 75951-9598. The total bid price shall include a fixed price for the construction for each of the Jobs listed above. The contractor will provide all equipment and labor to install and complete each of these two (2) tasks. The contractor shall utilize all equipment to install and complete the tasks as rapidly as practical. The Contractor shall use care in the performance of all work under this contract. The proposed contract is a Firm Fixed contrac t, issued for a period of performance 60 calendar days. Performance and Payment Bond requirements shall be in accordance with Federal Acquisition Regulations (FAR) 52.228-15, and Bid Guarantee 52.228-1, as stated in the current issue of Federal Acquisition Regulation. The contractor is responsible for furnishing Heavy and Civil Engineering Construction, Water and Sewer Line and Related Structures for Sam Rayburn Relief Well Flow Tube Installation for Sam Rayburn Project Office, including equipment, personnel, supplies, fuel, maintenance, supervision, and materials when specified, to perform the job in accordance with contract terms, specification, descriptions, and drawings, as ordered by Heavy and Civil Engineering Construction, Water and Sewer Line and Related Structures Construction Co ntract; North American Industry Classification System (NAICS) Code is 237110. Small Business Size Standard is $31 Million. Estimated Construction Cost Range is $25,000.00 and $100,000.00. UNRESTRICTED Solicitation W9126G-07-T-0204 will be issued on or about 14 August 2007, with proposals due on or about 14 September 2007 (unless otherwise stated in the solicitation). This contract will be based on best value to the Government, which may or may not result in accepting the lowest priced offer. There will be no public bid opening. It is anticipated that when combined, the evaluation factors will be approximately equal to cost or price. HUBZone price evaluation preference will be applied to all qualified HUBZone small business concerns, provided that the HU BZone concern has not waived their evaluation preference and their price proposal is not more than 10% above the lowest large business concerns price. Plans and specifications will not be provided in a hard paper copy. This solicitation will be issued vi a Internet only. N otification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data r elated to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Contractors registered with the Federal Technical Data Solut ions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-07-T- 0204. Proposals from Large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The Fort Worth District FY06 Subcontracting Targets (expressed as a percentage of the contractors total plan ned subcontract amount) are as follows: Small Business 51.2%; Small Disadvantaged Business 8.8%; Women-Owned Small Business 7.3%; HUBZone Small Business 3.1%, and Service-Disabled Veteran-Owned Small Business 1.5%. Offerors must be registered with the Cent ral Contractor Registration (CCR), in order to receive a government contract award. To register, the CCR Internet address is: http://ccr.dlsc.dla.mil/ccr/.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01356523-W 20070801/070730221833 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.