Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

Y -- Cheatham Building Replacement, Lock Operations Building and Resource Manager's Office.

Notice Date
1/18/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-12-B-0003
 
Response Due
3/6/2012
 
Archive Date
5/5/2012
 
Point of Contact
DAVID SMITH, 615-736-7933
 
E-Mail Address
USACE District, Nashville
(david.a.smith3@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PURPOSE: The U.S. Army Corps of Engineers Nashville District intends to issue an invitation for bid (IFB), W912P5-12-B-0003, for a construction procurement project to replace two buildings that were damaged in the flood of May 2010 located at Cheatham Lock and Dam, Ashland City, Cheatham County TN. The work covered by this project consists of furnishing all equipment, labor, supplies and materials required to perform the work in accordance with the plans and specifications that will be made available when the solicitation is issue. PROJECT DESCRIPTION: The work includes, but is not limited to; work at two sites for the construction of a new Lock Operations Building (LOB) and a new Resource Manager's Office Building (RMOB). The RMOB serves as office space for the natural resource staff in the Cheatham Lake area and the LOB serves as the facility from which the lock is operated for navigation traffic on the Cumberland River. The original RMOB was damaged to the extent that it was uninhabitable and has since been demolished. The LOB was severely damaged in the upper two floors of the three story structure. NAICS AND SIZE STANDARD: The NAICS code for this project is 236220 - Commercial and Institutional Building Construction with a small business size standard of $33,500,000. DISCLOSURE OF THE MAGNITUDE OF THE PROPOSED CONSTRUCTION PROJECT: The disclosure of magnitude range is between $1,000,000 and $5,000,000. TYPE OF SET-ASIDE: IFB W912P5-12-B-0003 is 100% set-aside for small business concerns. The project plans/specifications and project location will be defined in the solicitation document when it is issued. CONTRACT TYPE: The Government intends to award one (1) firm fixed price construction contract to the responsible contractor (subject to FAR Subpart 9.104-1) who submits a responsive bid that complies with the solicitation. The Government intends to award without discussions. PAYMENT AND PERFORMANCE BONDS: The project will require both payment and performance bonds for 100% of the contract price. Offerors must have sufficient bonding capacity. SOLICITATION RELEASE DATE: The anticipated release date for IFB W912P5-12-B-0003 is on or about 2 February 2012. Specific information including the bid instructions, site visit, closing date, and time for submission of bids will be contained in the solicitation notice and package. ADDITIONAL INFORMATION: The solicitation including specifications, drawings/plans and all amendments for this acquisition will be posted to the Federal Business Opportunities (FBO) website, www.fbo.gov. The entire project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. It is, and will continue to be, all potential offerors responsibility to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list. Pursuant to FAR, the response date of the solicitation is no earlier than 30 days from the date of the solicitation release date. The solicitation due date will be noted on the solicitation at the time of issue. CENTRAL CONTRACTOR REGISTRATION (CCR): Offerors must be successfully registered in the CCR, www.ccr.gov, in order to receive a Government contract award. ON-LINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA): ORCA is an e-Government initiative that replaced the paper based Representations and Certifications (Reps and Certs) process. Offers must have their Reps and Certs available on-line in ORCA, https://orca.bpn.gov, prior to receiving a Government contract award. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is David A. Smith, telephone: 615-736-7933, fax: 615-749-6025, email: david.a.smith3@usace.army.mil. Any communications regarding this procurement must be made in writing and forwarded via email or facsimile and must identify the IFB number, company name, address, email address, phone number including area code, facsimile number, and point of contact. NOTE: This Notice is being issued for planning and informational purposes only. It does not constitute a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept bids as a result of this Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-12-B-0003/listing.html)
 
Place of Performance
Address: USACE District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
 
Record
SN02656356-W 20120120/120118234558-a74b3985c1bf8c92fbc64e152968e9c2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.