Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
SOLICITATION NOTICE

Y -- IDIQ Contract for Rental of Construction Equipment with Operators for Disposal Area Management and Levee Maintenance on the GIWW and ACF River System, and Associated Activities for the Mobile District, AL, MS, FL, and GA

Notice Date
2/10/2010
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-10-R-0044
 
Response Due
4/1/2010
 
Archive Date
5/31/2010
 
Point of Contact
Terricka D. Leonard, 251-441-6500
 
E-Mail Address
USACE District, Mobile
(terricka.d.leonard@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The work to be performed under this contract consists of furnishing the equipment/services indicated in the Bid Schedule. The Contractor will furnish said equipment with operators and all necessary materials, equipment, supplies, labor, transportation, including fuel, power and water and perform all work assigned in accordance with specifications. Work is primarily maintenance, construction and rehabilitation of dredged material disposal sites, and levee maintenance; on the Gulf Intracoastal Waterway (GIWW) and the Apalachicola, Chattahoochee, Flint (ACF) River System in Florida, Georgia and Alabama. The contract will consist of a base year and 4 option years. The contract value will not exceed $50M. Scope of Work for the Seed Project: Perform disposal area maintenance and replacement of weir structures of existing upland disposal sites in East Bay area, between Overstreet and White City, Bay and Gulf Counties, Florida. The sites are located between Navigation Mile 311 and 330, of the Gulf Intracoastal Waterway. The North American Industry Classification System (NAICS) code for this project is 237990. This synopsis will be available for download approximately on 02 March 2010. The estimated cost of this project is between $5,000.00 and $10,000,000. The contracting officer is Mrs. Donna Parker. Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractor must be registered in the DoD Central Contractor Registration (CCR) prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractors responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Note No. 3: Critical path method (network analysis system) is not required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $20,000,000 for the past three years. Note No. 5: This solicitation includes bid options which may not be awarded. Note No. 6: Award of Task Order No. 1 and all subsequent task orders is entirely contingent upon the Government securing all required environmental permits/clearances, real estate and execution of necessary project cooperation agreements with non-federal interests and subject to availability of funds. Note No. 7: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.fbo.gov and https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.cfm. Address questions concerning downloading of plans/specifications to Sonya King at phone number 251-690-2537. Note No. 8: A site visit for the seed project will be held at the US Army Corps of Engineers, Panama City Site Office, 1706 East 5th Street, Panama City, Florida, 32401 on 10 March 2010 at 9:00 a.m. (Central Time). A preproposal conference will immediately follow the site visit. The purpose of the conference is to familiarize the bidders with the scope of work, address bidders questions concerning the project, participate in a site visit to become familiar with the existing site conditions, and familiarize the bidders with the Best Value process. Attendance at the conference is strongly recommended. Minutes of the pre-proposal conference will be prepared by the Government and placed on the internet at https://www.fbo.gov. All parties planning to attend should provide the following information to: Point of Contact for additional information or to make arrangements for the site inspection is Mr. Vance Geisler, Panama City Site Office, phone: 850-784-9780; fax: 850-785-5599. by noon, 8 March 2010: a. Name of firm with complete mailing address. b. Name, title, and phone number of each representative. c. Attendees will be required to provide a valid drivers license, proof of insurance, and vehicle registration to gain access to the installation for the site visit and conference. Request for attendance received after 8 March 2010 will not be accepted. Offerors should refer to Section 00100 Contract Clause 952.000-4133, PRE-PROPOSAL CONFERENCE, in the solicitation for details. Due to limited field staff available for construction contractor site visits, this scheduled site visit will be the only one offered. Individual requests for site visits will not be granted. Offerors should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work or the cost thereof. Failure to do so shall not relieve offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government shall assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Request For Proposals, the specifications, or related documents. In this regard, Offerors should note Contract Clause FAR 52.236-3 Site Investigation and Conditions Affecting the Work. Note No. 9: The request for information (RFI) process for bidder inquiries during the advertisement period is contained in the RFP solicitation package available exclusively from FedBizOpps. Other forms of communicating RFIs to the government will not be honored. The government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-10-R-0044/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN02063104-W 20100212/100210235351-ab20cb993c733a14f3c7a8dda4becdca (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.