Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
MODIFICATION

Y -- Lake Rathbun Shoreline Restoration

Notice Date
7/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE 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-11-B-1010
 
Response Due
8/23/2011
 
Archive Date
10/22/2011
 
Point of Contact
Jonathan Hankin, 816-389-3900
 
E-Mail Address
USACE District, Kansas City
(jonathan.s.hankin@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis for Lake Rathbun Shoreline Restoration, Appanoose County, Iowa The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for Construction Services for Lake Rathbun Shoreline Restoration, Located at Appanoose County, Iowa. The general scope of work includes, but is not limited to: conduct work involving clearing eroded lake shoreline and banks, grubbing and grading to provide a transition between steep upper banks and less steep lower banks. The areas for protection will be excavated, geotextile fabric will be placed in the excavation, and then quarry run stone will be placed over this material for the restoration. For the general length of the project an aggregate access road will be placed on top of the stone for construction access and will be left in place after the project has been completed. Areas above the quarry run stone placement will be re-graded to have slopes that are less than existing conditions and the disturbed areas will be seeded for the finalization of the stabilization process. The work is to occur adjacent to the Honey Creek Resort Recreational area. 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. An organized Site Visit will be scheduled for approximately one week after the solicitation is available for bid. 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. The solicitation will include the following known options: Option 1: Area 5 clearing, grubbing and grading for geotextile and quarry run stone placement. Option 2: Area 6 clearing, grubbing and grading for geotextile and quarry run stone placement, access road installation, stabilization grading above stone areas and al disturbance to be seeded. If the price schedule is changed to include options prior to the release of the solicitation, the pre-solicitation announcement will be modified. If the price schedule is changed to include options after release of the solicitation, the solicitation will be amended accordingly. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $1,000,000 and $5,000,000. This solicitation will be issues as an Invitation for Bids (IFB) which will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 270 (two hundred and seventy) calendar days from Notice to Proceed (NTP). The solicitation will be available on or about Tuesday, July 26, 2011 and bids will be due on or about Thursday, August 25, 2011. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Bids received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 14 and award will be made to the lowest responsive bid from a responsible source. The North American Industry Classification System (NAICS) Code for this project is 237990, with a size standard of $33,500,000. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. This solicitation is being issued as full 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-Prot g 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. 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. 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. Offerors are required to complete ORCA requirements prior to submitting their proposal. ORCA may be accomplished at http://orca.bpn.gov. The point-of-contact for administrative for contractual questions is jonathan.s.hankin@usace.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is richard.a.skinker@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-B-1010/listing.html)
 
Place of Performance
Address: Near Honey Creek Resort 12633 Resort Drive Moravia IA
Zip Code: 52571
 
Record
SN02507682-W 20110724/110723005921-778515977762a341f912c4dfa2930acd (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.