Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2011 FBO #3422
SOLICITATION NOTICE

Y -- Interim Risk Reduction Measures (IRRM); Booms, Rocks and Anchors; Howard A. Hanson Dam, Ravensdale, WA

Notice Date
4/6/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-11-R-0021
 
Response Due
4/20/2011
 
Archive Date
6/19/2011
 
Point of Contact
Donald D. Cooper, 206-764-6588
 
E-Mail Address
USACE District, Seattle
(donald.d.cooper@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Set Aside: The solicitation will be a Request for Proposal (RFP) and competition will be restricted to eligible Small Business Administration 8(a) set aside firms as the Prime Contractor. The US Army Corps of Engineers, Seattle District anticipates the construction of three miscellaneous Interim Risk Reduction Measures (IRRM) at Howard A. Hanson Dam located in a remote location along the Green River, Ravensdale, Washington. The three projects consist of the following: 1) Construction and placement of two reservoir debris booms approximately 1,200 feet in length, constructed of 18-inch diameter 30-foot long pipe segments. Work also includes construction of three drilled pier anchors 2) Removal of approximately 3,050 cubic yards of riprap from limited section of the upstream face of the dam and replaced with approximately 4,080 cubic yards of 48-inch maximum riprap 3) Placement of approximately 38 each tensioned rock anchors in the spillway weir varying in length up to 40 feet. The Contractor may encounter Project Restrictions (i.e., fish windows, work site, etc.) and must be able to work at the Howard A. Hanson Dam site based on various site restrictions. The time for Project Completion (Period of Performance) is approximately 195 calendar days (135 for base contract and 60 for spillway anchors option item). The Federal Supply Code (FSC) Code is Y299. The North American Industry Classification System (NAICS) Code is 237990 "Other Heavy and Civil Engineering Construction," with a size standard of $33.5 million. For the purposes of this procurement, a firm is a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $33.5 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov. Issue of the solicitation will be in electronic format only. No disks or hard copy will be available. Follow the registration procedures at www.fbo.gov to receive notification of solicitation/amendment posting. The magnitude of this construction project is $5,000,000 to $10,000,000. Pursuant to Federal Acquisition Regulations (FAR), the solicitation will be available for download no earlier than 15 days following the posting of this synopsis. The solicitation due date will be noted on the solicitation at the time of issue. There is no technical information available until the issue of the solicitation via the Internet. Offerors are responsible for checking the referenced page for any update(s) to the notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. One Firm-Fixed Price contract is anticipated to be awarded as a result of this solicitation and will be evaluated as Lowest Price/Technically Acceptable (LPTA) and in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15. To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-866-606-8220. A contract award may or may not result from this solicitation. All costs associated with compiling proposals are at the contractor's own expense. Register to receive notification of solicitation/amendment posting at https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-11-R-0012/listing.html Visit FedBizOpps at http://www.fbo.gov, and the Army Single Face to Industry at http://acquisition.army.mil/ for additional contracting opportunities. The following two paragraphs are Small Business Administration (SBA) requirements: "Competition for this procurement will be limited to 8(a) firms located in the State of Washington, and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers." "Joint Venture Agreements - Joint Venture Agreements are allowable on competitive 8(a) set-asides and must be received by SBA prior to the cost proposal due date and approved before award of a resulting contract. If you are contemplating a joint venture on this project you must advise your assigned Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BDS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF COST PROPOSAL/BID."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-11-R-0021/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02417949-W 20110408/110406234101-c8d682305302b1decfbc382af49d8972 (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.