Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOLICITATION NOTICE

Z -- Boat Dock demolition, repair and replace

Notice Date
5/26/2017
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV17R0034
 
Archive Date
7/11/2017
 
Point of Contact
Bruce E. Hayes, Phone: 9186697277, Diane Cianci, Phone: 9186697458
 
E-Mail Address
Bruce.E.Hayes@usace.army.mil, diane.cianci@usace.army.mil
(Bruce.E.Hayes@usace.army.mil, diane.cianci@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(1) Action Code: Synopsis (Pre-solicitation notice) (2) Date: May 26th (3) Year: 2017 (4) Contracting Office Zip Code: 74128-4609 (5) Classification Code: Z (6) Contracting Office Address: USACE/Tulsa District 1645 S. 101 E. Avenue, Suite 350 Tulsa, Oklahoma (7) Subject: Boat Dock demolition, repair and replace (8) Solicitation Number: W912BV-17-R-0034 (9) Close Response Date: June 26th, 2017, at 14:00 (2:00 PM) CST (10) Contract Point of Contact: Bruce E. Hayes (11) Description: a. This synopsis is for commercial services prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 5.2, as supplemented with additional information included in this notice. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award a Dock Removal, Repair & Relocation project at Eufaula Lake Office 102 E BK 200 Road, Stigler, OK 74662 and at Elm Point Campground located on Eufaula Lake. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. b. The Solicitation Number for this acquisition is W912BV-17-R-0034 and a separate attachment (SF1442) will be issued as a Request for Proposals (RFP). c. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 19 Jan 2017. d. This requirement is being solicited as 100% Small Business Set-Aside under North American Industry Classification System (NAICS) code 237990 (Other Heavy and Civil Engineering Construction) with a size standard of $36,500,000.00. e. Award will be made as a Firm-Fixed Price contract to the vendor that can fulfill the requirements specified in the Statement of Work (SOW. No formal source selection, listed under FAR part 15, will be used for this requirement. This requirement will be awarded to the lowest priced proposal meeting or exceeding the acceptability standards and time frame specified in the solicitation. Price and Past Performance will be evaluated in accordance with in DFARS 213.106-2(b)(i)(B)&(C). Past Performance history shall be evaluated for each supplier's past performance history in the Past Performance Information Retrieval System (PPIRS). Special attention will be given to the PSC of the construction services being purchased. Award will be made to the supplier whose proposal represents the best value to the Government quoting the lowest price and that has anything other than an "Unsatisfactory" rating in PPIRS. Davis-Bacon Wage Decision No. OK170033 01/06/20107 OK33 is applicable to this procurement. f. FAR Provisions and Clauses applicable to this acquisition are provided on an attached SF1442 and are incorporated in their entirety. Each offer is required to fill out and sign the SF1442 and return a signed copy along with their proposal by the closing date and time listed. g. All proposals shall be submitted electronically in accordance with the instructions listed in the solicitation to Bruce Hayes at Bruce.E.Hayes@usace.army.mil. If there are any amendments to this requirement, all amendments must be acknowledged, signed, and electronically submitted with the proposal at time proposals are due. h. For information regarding this solicitation, the USACE Point of Contact is Mr. Bruce E. Hayes, 918-669-7277, bruce.e.hayes@usace.army.mil or MS. Diane Cianci, 918-669-7458, diane.cianci@usace.army.mil. Please email any questions you may have regarding this effort to bruce.e.hayes@usace.army.mil and the Contracting Officer will coordinate a response. All questions must be received no later than 13 June 2017 @ 2:00PM (1400) Central Standard Time. i. Prospective vendors are encouraged to attend a site visit that can be arranged by coordinating with Mr. Griffin Shireman via email at Griffin.G.Shireman@usace.army.mil or via phone at 918-799-5843 extension 3130. Dates available for a site visit are June 8th & 9th, 2017. (12) Place of Performance: Eufaula Lake Office 102 E BK 200 Road, Stigler, OK 74662. Elm Point Campground is located on Eufaula Lake. Roughly 17 miles southwest on highway 31 from the intersection of highway 71. It takes roughly 45 mins to get to Elm Point from the office. (13) Set Aside Status: This solicitation is a total small business set aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV17R0034/listing.html)
 
Place of Performance
Address: 102 E BK 200 Road, Stigler, Oklahoma, 74662, United States
Zip Code: 74662
 
Record
SN04524329-W 20170528/170526234803-414e3499d85799d445e7a4d41c6626b5 (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.