Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

Y -- East Bottoms Under- Seepage Improvements, located in Kansas City, MO within Jackson County.

Notice Date
7/24/2014
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures 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-14-B-1001
 
Response Due
8/12/2014
 
Archive Date
9/22/2014
 
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 East Bottoms Levee located in Jackson County. The solicitation will be available on or about August 12, 2014 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 install a series of seventeen stainless steel pressure relief wells located along thin blanket zones in the East Bottoms Unit between Station 403+00 and Station 423+00. Contractor will perform pressure relief well testing also perform all pressure relief well drilling and development. A header system will serve to transfer seep-water from the wells to the proximity of the Hawthorne pump plant. The header system will be constructed using approximately 2100 linear feet of 30-inch diameter Reinforced Concrete Pipe (RCP). The header system is tied into manholes which house the relief wells and collect well outflow. 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 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 237110- Water and Sewer Line and Related Structures Construction, and the size standard is $36,500,000.00. 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 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 the 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. Prior to bidding, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site. If you were previously registered in CCR and ORCA, your organization's information is already in SAM. You will only need to set up a SAM account by using this link https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf. If you were not registered in CCR you will need to go to this link and select quote mark Register/Update New Entity quote mark https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. 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). Take the extra time to plan ahead for inclement weather. Keep in mind there is limited street parking around the Federal Building. INQUIRIES/QUESTIONS: Prospective Bidders shall submit contracting and technical inquiries and questions concerning this solicitation document via Bidder Inquiry in ProjNet at www.projnet.org/projnet. a. To submit and review bid inquiry items, bidders will need to be a current registered user or self register into the system. To self-register, go to the aforementioned web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, your email address, and then click login. Fill in all required information and click create user. Verify that information on the next screen is correct and click continues. b. From this page, you may view all bidder inquiries or add a new inquiry. c. Bidders will receive an acknowledgement of their questions via email, followed by an answer to their questions after it has been processed by our technical team. ***Please Note: Bidders shall only submit one (1) question per inquiry. All inquiries containing multiple questions shall be rejected*** d. The Solicitation Number is: W912DQ-14-B-1001 e. The Bidder Inquiry Key is: 75N8IP-MXU4QB Potential Bidders may present their questions during the time period of 19 August 2014 thru 27 August 2014 all questions must be received by 2:00 PM. A reply will not be given to any inquiry received after the designated time and date. The Bidder Inquiry System will not be open for questions until 19 August 2014. Bidders are requested to review the specification in its entirety, and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The ProjNet call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago) or by appointment for OCONUS. The telephone number for the Call Center is 1-800-428-HELP. Email to staff@rcesupport.com. Keep in mind that the system occasionally goes through maintenance between 8:00 A.M to 8:30 A.M. Contracting Office Address: USACE District, Kansas City, ATTN: CECT-NWK-C/ RM. 647, Federal Building 60l East 12th Street, Kansas City, MO 64106-2896 Place of Performance: USACE District, Kansas City ATTN: CECT-NWK-C, Federal Building 60l East 12th Street Kansas City, MO. 64106-2896 Point of Contact: Willie Hodges (816) 389-3469
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-B-1001/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
SN03437456-W 20140726/140725000024-acc545cf67a0be023ed76abb6b07e90d (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.