Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2011 FBO #3359
MODIFICATION

Y -- RECOVERY--Y--PROJECT NUMBER 122339, Towanda-Wysox Water Line Extension Project

Notice Date
2/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-10-R-0111
 
Response Due
8/25/2010
 
Archive Date
4/29/2011
 
Point of Contact
John R. Lambert, Phone: 410-962-0174
 
E-Mail Address
john.r.lambert2@usace.army.mil
(john.r.lambert2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Towanda-Wysox Water Line Extension Project, Bradford County, PA. The proposed procurement is Unrestricted NAICS 237110 size standard of $33.5 Million. The estimated cost of services is between $1,000,000 and $5,000,000. PLEASE NOTE THIS IS NOT A SOLICITATION. The solicitation will be posted UNKNOWN. This requirement has been postposton no other information as been provided. Completion for this project is no later than 210 calendar days. Work consists of the construction of a water main approximately 1,500 feet and 14 inch diameter, from the Towanda Municipal Authority water system, located on the west side of the Susquehanna River, to Wysox Township, located on the east side of the Susquehanna River. A majority of the water main construction will involve the crossing of the Susquehanna River. Waterline installation is to be accomplished using directional drilling techniques. Additional information in accordance with the Scope of Work/ Plans and Specs will be included in the bid package that will be available on or about 10 March 2011. A pre-proposal conference will be scheduled and the date for the conference will be stated in Section 00100 of the solicitation. This procurement will be advertised as a Request for Proposal and will be evaluated on a Best Overall Value to the Government. The technical evaluation criteria will be established in the RFP. All responsible sources may submit a proposal, which shall be considered by the agency. Large business firms are required to submit a subcontracting plan at the time of receipt of their proposals. The following subcontracting dollar goals pertain only to the dollar value of the contract that is subcontracted: 70% of the subcontracted dollar value shall be for small businesses, of that 6.2% shall be for small disadvantaged businesses, 7% shall be for women owned small businesses, 9.8% shall be or Hub-zone small businesses, 3.5% shall be for veteran owned small businesses and 2% shall be for Service Disabled Veteran owned small businesses. THIS SOLICITATION WILL BE PROVIDED IN AN ELECTRONIC FORMAT, FREE OF CHARGE, TO ALL REGISTERED PLAN HOLDERS. THIS SOLICITATION WILL NOT BE ISSUED IN PAPER. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding registration, the CCR web site may be accessed at http://www.ccr2000.gov. Other information regarding registration can be obtained through CCR Assistance Center (CCRAC) at 1-888-227-2423. A paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. (Note: Companies that do not wish to conduct electronic commerce with the Federal Government at this time can reduce the amount of information they must provide by answering no to the question Are you Electronic Data Interchange capable?) It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. Solicitation to be issued on or about 10 March 2011; opening on or about 11 April 2011. Contractors requests for solicitations will be performed through ASFI. Contractors may register to be placed on the bidders/offerors mailing lists by going to website: https://ebs.nab.usace.army.mil. All contractors must go to this web site to register as a plan holder. In order to register, each contractor must have a valid Dun & Bradstreet Number and Cage Code Number assigned for the specific location being registered and also be registered in the Central Contractor Database. Each contractor need only register once for each solicitation. Only registered plan holders will be provided the solicitation. Contractors may view and/or download solicitation information from this internet site. Questions concerning this project can be e-mailed to Mr. John Lambert at John.R.Lambert2@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-10-R-0111/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02371941-W 20110204/110202234514-9408779a3c8246e17a67b06f1b5294cc (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.