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 -- Time-sensitive disaster or emergency assistance construction activities related to flood control and water diversion projects throughout the CONUS but primarily within the Missouri River Basin.

Notice Date
7/22/2011
 
Notice Type
Modification/Amendment
 
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-R-1052
 
Response Due
7/27/2011
 
Archive Date
9/25/2011
 
Point of Contact
Michael David Dixon Jr., 816-389-3577
 
E-Mail Address
USACE District, Kansas City
(michael.d.dixon@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
**This posting has changed from a WOSB set aside to a small business set aside.** This project is open for only Small Businesses. The Government will award up to seven (7) separate Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts resulting from this solicitation. The U.S. Army Corps of Engineers, Kansas City District, intends to issue a Request for Proposal (RFP) for construction work using a Multiple Award Task Order Contract (MATOC). This RFP will result in up to seven (7) firm-fixed price ID/IQ contracts to the offerors that provide the best value to the Government. Task Orders under the potential contract may utilize funding from several sources including but not limited Construction General, Flood Control & Coastal Emergency, Civil Operation & Maintenance, Support For Others, Military Construction. The purpose of this MATOC is to provide time-sensitive disaster or emergency assistance construction activities related to flood control and water diversion projects, including but not limited to stream bank and shoreline stabilization/protection, ecosystem/habitat restoration and flood damage reduction projects throughout the continental United States for the Kansas City District, primarily within the Missouri River Basin and its tributaries. The total contract duration (consisting of a base period plus four (4) option periods) is sixty (60) consecutive months after the contract award. The duration of each contract period is not to exceed (NTE) 365 days. Any unused capacity in one contract period may be carried over into the subsequent contract period. The total contract amount is NTE $45,000,000. Option periods will be exercised at the Government's discretion. The successful offeror will be required to furnish all labor, materials, permits, equipment, and services necessary to manage and accomplish the designated deliveries, recommending a solution and remediation of any problems in a timely and efficient manner. The task orders will range from $2,500 to $5,000,000 per task order and will be for construction projects of varying size and complexity. Task Orders will include multi-disciplinary activities, but not limited to construction, reconstruction, renovation, restoration, incidental or limited design associated with those types of projects, and other presently unforeseeable requirements that may arise, and will include a variety of trades that are required for stream bank and shoreline protection, ecosystem/habitat restoration, flood protection, aquatic ecosystem restoration, and various operations and repair projects. The ID/IQ will not be used for Architectural/Engineering (A-E) services; however, incidental design services may be needed for some projects. The North American Classification System (NAICS) Code for this project is 237990. The details of the initial task order will be included in the solicitation. 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. This solicitation will be available on or about 27 July 2011 and proposals will be due 30 days after the date of the solicitation posting. The solicitation and any amendments shall establish the official opening and closing date and time. This solicitation with plans, specifications, and any amendments, will be published in electronic format on FedBizOps https://www.fbo.gov. Offerors are responsible for checking the 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 offeror's inability to access the document at the referenced website. CCR Requirement: Prior to submitting a proposal, offerors must be actively registered in the Central Contractor Registration (CCR) system. Registration instructions may be obtained, and online registration may be accomplished at www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423. By submitting an offer, the offeror acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prospective contractors must be registered with CCR prior to award of any contract. ORCA Requrement: The On-line Representations and Certification Application (ORCA) is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations (FAR) and previously found in Section 00 45 00 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for a contract award and prior to submitting an offerr, a firm must be registered in the database. Please register your Representations and Certifications at https://orca.bpn.gov. Detailed information can be found in cited FAR case, as well as by visiting the help section of the ORCA website. The help section includes background information, frequently asked questions, the ORCA handbook, and a phone number to call for assistance. VETS-100 Requirement: Per the FAR Part 22.1303, all offerors must complete their VETS-100 report via the Department of Labor website at https:vets100.vets.dol.gov/ to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-R-1052/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02508365-W 20110724/110723013327-e4587d91f00a39de020d2fdcf6edb066 (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.