Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
SOLICITATION NOTICE

99 -- Emergency Repair of Flood Control Works, in the Kansas City District, MRLS Levee Unit 448-443 L.

Notice Date
3/22/2012
 
Notice Type
Presolicitation
 
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-12-B-1011
 
Response Due
6/14/2012
 
Archive Date
8/13/2012
 
Point of Contact
WILLIE HODGES, 816 389-3469
 
E-Mail Address
USACE District, Kansas City
(willie.e.hodges@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Firm Fixed Price Construction Services type contract for damages which occurred during the May 26, 2011 - October 17, 2011 Missouri River Flood. MRLS Levee Unit 448-443 L is located in Rushville, Missouri in the County of Buchanan just 5 miles South of St. Joseph, Missouri. The solicitation will be available on or about 16 April 2012 on the FedBizOps website at www.fbo.gov. The Bids will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The general scope of work will require a contractor to provide all labor, materials, and equipment to construct a landside under-seepage berm that will increase the seepage path and provide additional weight to counteract uplift pressures that result in sand boil production. The effort will also include backfill and compact scour holes with random and impervious fill. Re-seed and fertilize the zone between the riverside toe of the levee and high water elevation plus 5 ft of riverside foreshore. This solicitation will be issued as an Invitation for Bid (IFB) which will result in the award of a single Firm -Fixed- Price (FFP) construction contract. The estimated performance period for completion of construction project will be noted in the actual solicitation. At this time, no options have been identified for this project. 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. 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. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $1,000,000.00 and $5,000,000.00. The North American Industry Classification System (NAICS) code for this project is 237990, and the size standard is $33,500,000.00. This solicitation will be issued as a Set-Aside for Small Business. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Disadvantaged Business, Women-Owned Small Business, HUB Zone Small Business, Service-Disabled Veteran-Owned Small Business, and Historically Black Colleges & Universities/Minority Institutions (HBCU/MI), sources may submit a proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentoring 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 a bid. Bids received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 14. An award will be made to the lowest responsive bid and from a responsible source. Bids will not be accepted or considered by email or other forms of electronic means. HOW TO OBTAIN A COPY OF THE SOLICITATION: 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. Bidders 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 a bidder's inability to access the document at the referenced website. If you experience any difficulties you may need to adjust your firewall or security measures on your computer. Please do not call requesting for additional information. The Corps of Engineers has provided all the information we have at this time into this public announcement. We will immediately convey any vital information to the public if received. PLEASE NOTE: CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Online registration instructions may be obtained through the following website www.ccr.gov. One can also contact the Central Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. ORCA REQUIREMENTS: Bidders are required to complete ORCA requirements prior to submitting their bids. ORCA may be accomplished at http://orca.bpn.gov. Please note there are special requirements related to sending/hand delivering your bids to the federal building due to 9/11. Be sure to arrive early in case you have any problems with security. A valid photo identification card issued by the state or federal government will be required to enter the Federal Building (for example a driver's license, military identification card, passport, or an issued state or federal identification card). Keep in mind to plan ahead for inclement weather. Keep in mind there is limited street parking around the Federal Building. POINTS-OF-CONTACT: The point-of-contact for contractual questions is Mr. Willie Hodges. Mr. Hodges can be reached at 816-389-3469 or by e-mail at willie.e.hodges@usace.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is Mr. Zachery White he can be reached at 816-389-3019 or zachery.l.white@usace.army.mil. Contracting Office Address: USACE District, Kansas City, ATTN: CECT-NWK-C, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896 Place of Performance: USACE District, Kansas City ATTN: CECT-NWK-C, 700 Federal Building 60l East 12th Street Kansas City, MO. 64106-2896 Point of Contact(s): WILLIE HODGES (816) 389-3469
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-12-B-1011/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
SN02703344-W 20120324/120322235142-281129fb5ca59bd1b7822b585427ec33 (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.