Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

Z -- Lock and Dam 11 Major Rehab, Stage III-A, Mississippi River

Notice Date
5/29/2008
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-08-R-0015
 
Archive Date
9/29/2008
 
Point of Contact
Janet Hancks, Phone: 309/794-5443, Dawn M Ewan, Phone: 309-794-5828
 
E-Mail Address
Janet.L.Hancks@usace.army.mil, dawn.m.ewan@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Work consists of minor demolition, repair and replacement of roller and tainter gate chains; installation of new pocket wheels; removal, relining, and reinstallation of roller gate and tainter gate machinery brake shoes; removal and replacement of speed reducer seals on tainter gate and roller gate machinery; removal and replacement of tainter gate trunnion pin and bushing; removal of service bridge timber planking and installation of steel grating; removal and replacement of service bridge hatches; removal and replacement of below deck tainter gate pier grating; concrete pier repairs; removal and disposal of lockwall abutment stairwell roof structure; removal and replacement of selected operating houses' concrete roof panels, EPDM roofing, and roof drains; removal and replacement of operating houses steel entry doors; and miscellaneous mechanical and electrical work. The estimated magnitude of this requirement in terms of physical characteristics and estimated price is between $5,000,000.00 to $10,000,000.00. Competition for this project is unrestricted, in accordance with the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C., 644 note) FAR part 19. NAICS Code 237990, size standard $31 million. If you are a large business you will be required to submit a subcontracting plan with goals for small business (SB), historically underutilized business zone (HUBZone), small disadvantaged business (SDB), woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) concerns. Please contact Ms. Barbara Lester, at 563/386-0572 or 563/386-0651 to make arrangements for inspecting the site. Collect calls will not be accepted. A notice regarding the location, date, time, and registration information for a pre-proposal meeting will be included in the solicitation. Technical questions must be submitted via the internet Q&A web site at http://www2.mvr.usace.army.mil/Contracting/QandA/default.cfm. The project will be available for questions upon issuance of the Solicitation. The Contract Award shall be made using Competitive Proposal negotiation procedures for achieving the Best Value to the Government through the Source Selection (Tradeoff) Process, and shall be made to the offeror whose Technical and Price Proposal combined, meets the needs of the Government 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: Factor 1: Technical Approach Factor 2: Past Performance Factor 3: Proposal Risk Factor 4: Cost/Price. In addition to the above Technical Proposal, a Price Proposal shall be required to be submitted using the Price Schedule and other required forms provided in the Request for Proposal (RFP). A Government Estimate shall be prepared and shall be used in the consideration of Price Proposals. Price reasonableness that matches an offeror's technical approach is considered critical in the Government's Price Proposal consideration; however, award of a Contract shall 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 Technical and Price Proposals received, the Contracting Officer shall determine a Competitive Range. The Competitive Range shall consist of all of the most highly rated Proposals against all technical evaluation criteria factors and Prices proposed. The Contracting Officer may limit the number of Proposals in the Competitive Range to the greatest number that shall permit an efficient competition among the most highly rated Proposals in accordance with FAR 52.215-1. Plans and Specifications shall be available on or about 26 June 2008. Solicitation shall be issued in electronic format only and shall 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 AS INTERESTED VENDORS and add this to their watch list, on the Federal Business Opportunities website at https://www.fbo.gov. If you are not registered; the Government is not responsible to provide you 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 Federal 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 for this solicitation. Call 1-888-227-2423 for more information or visit the CCR web site at http://www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b8ba81c68352ac73352698cdf43af9ce&tab=core&_cview=1)
 
Place of Performance
Address: Keokuk, Iowa, 52632-5960, United States
Zip Code: 52632-5960
 
Record
SN01583361-W 20080531/080529222723-b8ba81c68352ac73352698cdf43af9ce (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.