Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

Y -- Road Restoration, Wolf Creek Dam

Notice Date
7/14/2015
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-15-B-0008
 
Response Due
9/11/2015
 
Archive Date
10/11/2015
 
Point of Contact
Jamie Davies, 615-736-7921
 
E-Mail Address
USACE District, Nashville
(jamie.davies@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) intends to issue an Invitation for Bid (IFB) solicitation for Road Restoration at Wolf Creek Dam in Russell County, Kentucky. This is a Pre-solicitation Notice. This Notice is being issued for planning and informational purposes only. This notice is not 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 proposals as a result of this Notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance. PROJECT DESCRIPTION: USACE anticipates a requirement for a firm fixed-price construction contract to accomplish the following work at Wolf Creek Dam: 1. Wolf Creek Dam Access Road improvements including surface layer paving, shoulder paving, striping, sign placement, milling and seeding designated asphalt areas, light pole construction and wiring, bar swing gate construction, concrete barrier removal, and all others items incidental to this work including required survey and environmental protection. 2. Hwy 127 Roadway Rehabilitation including milling and repaving of existing roadway, constructing a bridge approach slab, relocating geotechnical instrumentation, protecting existing instruments not to be relocated, removing and relocating guardrail, documenting and sealing reflective cracks along the highway, traffic control operations, striping, sign placement, and all others items incidental to this work including required survey and environmental protection. 3. Original Holcomb's Boatramp rehabilitation including significant grading to reestablish a viable boatramp, cast-in-place concrete paving slab, guardrail installation, slope protection with riprap, sign placement, bar swing gate construction and all others items incidental to this work including required survey, staking, and environmental protection. 4. Holcomb's Landing DGA lot access and improvements including grading for drainage, bar gate construction, guardrail installation, guardrail and barrier removal, Reinforced Concrete Pipe (RCP), headwall and endwall construction, access road construction, slope protection with riprap, light pole installation and wiring, bar swing gate construction and all others items incidental to this work including required survey and environmental protection. 5. Lake overlook parking lot rehabilitation including surface paving, striping, guardrail installation, curb installation, bar swing gate construction and all others items incidental to this work including required survey and environmental protection. 6. Milling and paving of the campground access Annex Road and all other items incidental to this work. 7. Striping the Dam Road and placing a patch in the location where the Fish Hatchery Pipe crosses under the road and all other items incidental to this work. This description is not intended to be all encompassing and is subject to change. NAICS CODE AND SBA SIZE STANDARD: The NAICS code for this project is 237310 with a size standard of $36,500,000. TYPE OF SET-ASIDE: The solicitation will be 100% set-aside for small business. SOLICITATION AND CONTRACT TYPE: It is anticipated that from the IFB Solicitation, the Government will award one Firm-Fixed Price Construction Contract to the company that provides lowest priced bid who is found to be responsive and responsible. DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The disclosure of magnitude range is between $1,000,000 and $5,000,000. SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is around August 17, 2015. The plans and technical specifications will be available at the time of solicitation release. SYSTEM FOR AWARD MANAGEMENT (SAM): Bidders must be successfully registered in the SAM, www.sam.gov, in order to receive a Government contract award. Bidders must have their representations and certifications available on-line in SAM or provide them with their bid in order to receive a Government contract award. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the Army Single Face to Industry (ASFI) database. You can access these files from the Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, the responsibility of all potential offerors 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. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is Jamie Davies, telephone: 615-736-7921, fax: 615-736-7124, e-mail: Jamie.Davies@usace.army.mil. Any communications regarding this procurement must be made in writing via e-mail or facsimile. It must identify the Solicitation number, company name, address, e-mail address, phone number including area code, facsimile number, and point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-15-B-0008/listing.html)
 
Place of Performance
Address: USACE District, Nashville P.O. Box 1070, 801 Broadway Nashville TN
Zip Code: 37202-1070
 
Record
SN03796024-W 20150716/150714235217-ce6218530d4d56ca4c0afbece28e3e85 (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.