Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
MODIFICATION

Z -- FY13 Multiple Award Task Order Contract (MATOC) For Mississippi River Structures at Various Locations in the Memphis and Vicksburg Districts

Notice Date
6/5/2013
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-13-R-0005
 
Response Due
7/8/2013
 
Archive Date
8/4/2013
 
Point of Contact
Monica Moody, 901-544-0838
 
E-Mail Address
USACE District, Memphis
(monica.a.moody@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
.The Memphis District Corps of Engineers intends to solicit for and award up to Four (4) Multiple Award Task Order Contracts (MATOCs). The work consists of furnishing all plant, labor, materials and equipment for the construction of various types of stone navigation structures to include all types of dikes, chevrons, bendway weirs, hardpoints, and other river training structures in the Mississippi River between River Miles 954.0 to 320.0 AHP within the boundaries of the Memphis and Vicksburg Districts. Additional work may include placement of stone fill and longitudinal peaked stone toe protection in specified areas such as dike fields, revetments, and other locations along the river as well as riprap bank paving to include bank clearing, grading and excavation. Individual Task Orders will be issued throughout the life of the contract designating the locations and types of work that will be performed. Estimated duration of the project will be determined per task order. The required daily production rates will vary based on the size, scope, and complexity of the individual task orders issued as well as the method of stone placement. Generally the production rates used to determine the various methods of stone placement will be approximately as follows: 8,000 tons per day for quote mark drag-off quote mark placement; 3,000 tons per day for quote mark bailing quote mark placement; and 1,000 tons per day for placement involving hauling stone with trucks. Additionally, the average required daily production for bank paving placement will be approximately 2,000 tons per day. The contract work is performed during variable river stages and additional equipment may be needed to meet the required production rates. In addition, a sufficient number of towboats and supply barges will be required to meet daily production rates at any location between River Miles 954.0 to 320.0 AHP. The general types of equipment that will be required to complete the majority of stone placement work may include but are not limited to mechanical draglines mounted on floating plant similar to Bucyrus Erie 88B model, larger hydraulic excavators such as Caterpillar 385 or Liebherr 994 models, spud barges with adequate spud lengths for various placement depths, smaller hydraulic excavators for land-based work, off-road trucks, or other equipment as may be required for accomplishing the work. The proposed procurement will be a competitive Request for Proposal (RFP) resulting in up to four Indefinite Delivery Indefinite Quantity (IDIQ), MATOC with a shared ceiling value Not to Exceed (NTE) $48 Million. (For all Contracts combined); the contract duration is for a base period plus two-one-year option periods or whichever comes first. This solicitation will be evaluated in accordance with the criteria described in the Request for Proposal with award of the contract to responsible offeror(s) whose proposal conforms to all the terms and conditions of the solicitation and whose proposal is determined to represent the best value to the Government using the Lowest Price Technically Acceptable evaluation approach. The work under these contracts will be accomplished through the use of Firm-Fixed Price (FFP) task orders. The task orders will be competed amount the MATOC contractors within their award pool. The range of the estimated value of the work will be stated in each task order. The contractor will be required to commence work within 10 days after the Notice to Proceed and complete the work within the time period specified for each task order. This is an un-restricted Procurement with a Hub-Zone price evaluation preference. The associated North American Classification System (NAICS) code is 237990 other Heavy and Civil Engineering Construction and the small business size standard is $33.5 Million. The magnitude of this project is more than $10 Million. The Estimated Solicitation/Request for Proposals issue date is on or about 4 June 2013. Proposals are anticipated to be due on or about 8 July 2013. The solicitation documents for this procurement will be posted on Army Single Face to Industry (ASFI). You can access these files from a link located on FedBizOpps (www.fbo.gov). Request for this solicitation must be made by registering through FedBizOpps at https://www/fbo.gov. Once registered, vendors, plan rooms and printing companies will be able to download this solicitation on or after the anticipated issuance date. Contractors must be registered in the Systems for Award Management at https://www.sam.gov/portal/public/SAM. (SAM, formerly Central Contractor's Registration, or CCR). All questions pertaining to this synopsis notice should be in writing and directed to Monica.A.Moody@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-13-R-0005/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN03080525-W 20130607/130606001009-c6798057ca402b4fb92339ed95a02f7f (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.