Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
MODIFICATION

Y -- RECOVERY--Y--RECOVERY - PRQE090123P2 - Repair OH Electrical - Travis and Arnold Ct

Notice Date
8/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-R-4028
 
Response Due
9/22/2009
 
Archive Date
11/21/2009
 
Point of Contact
Matthew J. Wilson, 816-389-3426<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(matthew.j.wilson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY--NOTICE: THIS PRE-SOLICITATION NOTICE HAS BEEN REPLACED WITH A NEW PRE-SOLICITATION NOTICE. THAT NEW PRE-SOLICITATION NOTICE IS W912DQ-09-B-4028 AND WAS POSTED ON 08-10-2009. ALL INFORMATION SHALL STAY THE SAME. *** THIS PROJECT INCLUDES THE FOLLOWING RECOVERY PROJECTS *** 1) RECOVERY - PRQE090123P3 - Repair OH Electrical - Craig/Fairchild and Westover 2) RECOVERY - PRQE090123P5 - Repair OH Electrical - Vandenburg St (Arnold to Tinker) 3) RECOVERY - PRQE090123P7 - Repair OH Electrical - George/Cannon/Westover Area RECOVERY: In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act (ARRA) of 2009, Pub,L. 111-5, the Government posts this pre-solicitation announcement. (Recovery funding may or may not be utilized for potential future Task Orders). The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for Repair of Overhead Electrical Power lines in the Military Family Housing area located at McConnell AFB on or about August 4, 2009. This solicitation will be posted on FedBizOpps website at www.fbo.gov. HOW TO OBTAIN A COPY OF THE SOLICIATION: To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $5,000,000.00 and $10,000,000.00, and the NAICS code is 238210. This solicitation will be issues as an Invitation for Bids (IFB). Bids received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 15 and award will be made to the lowest responsive bid from a responsible source. This will be a Small Business Set aside. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Business sources may submit a proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Protg Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement in advance of submitting an offer. The estimated project start date will be October 2009. The estimated performance period for completion of construction is 365 calendar days from Notice to Proceed (NTP). At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. However, an organized Site visit has been tentatively scheduled for August 11 2009, 1000 hours, Bldg 750 McConnell AFB **** If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable. Attendees should arrive early to allow time to pass through security. All visitors planning to attend the site visit must provide the following information five working days prior to visit. The following information shall be provided for the arrangement to be complete: - Company Name - Names of the individual - Drivers License No. - SSN The individuals will also be required to provide the above information along with their vehicle registration and auto Insurance when they check in at the West gate for their base access pass. Site visit may be arranged during normal duty hours by contacting: Name: Bill Vaughn Phone: (816) 389-3775 ALTERNATE Name: John Schwartzbeck Phone: (316) 687-3777 ext. 3773 The work to be performed consists of a construction contract to demolish existing 12.47 kV overhead pole mounted electrical circuits and replace with new 12.47 kV class in duct bank, underground electrical circuits with pad mounted transformers. There are Options that may be exercised later in the contract period of performance. Option 1: Phase 7 Install all underground electrical work and demolish existing poles and electrical power on the existing poles in Phase 7 (reference drawings) Option 2: Phase 6 Install all underground electrical work and demolish existing poles and electrical power on the existing poles in Phase 6 (reference drawings) If the option schedule is changed prior to release of the solicitation, the pre-solicitation announcement will be modified. If the option schedule is changed after release of the solicitation, the solicitation will be amended accordingly. PLEASE NOTE: CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained and online registration may be accomplished at www.ccr.gov. One can also contact the Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. ORCA REQUIREMENTS: Offerors are required to complete ORCA requirements prior to submitting their proposal. ORACA may be accomplished at http://orca.bpn.gov. POINTS-OF-CONTACT: The point-of-contact for administrative for contractual questions is matthew.j.wilson@usace.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is steve.a.rech@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-R-4028/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01905951-W 20090812/090811001544-cdc88211834bdc8d82fe8d65f2cb0575 (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.