Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
MODIFICATION

Z -- Upper Salmon Crrek Revetment - Solicitation 1

Notice Date
6/16/2017
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-17-R-0043
 
Response Due
7/19/2017 2:00:00 PM
 
Archive Date
8/3/2017
 
Point of Contact
Christopher E. Taylor,
 
E-Mail Address
christopher.taylor@usace.army.mil
(christopher.taylor@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Drawings Solicitation for Upper Salmon Creek This solicitation will be a Small Business Set-Aside procurement. Any resulting contract will be firm-fixed priced. The solicitation for this project will be available by INTERNET ACCESS ONLY and will be available for download on or about 16 June 2017. Access to the documents will be through a link on the FedBizOpps website: http://www.fbo.gov. Use the Advance Search function and use this solicitation number to Search by Solicitation/Award Number. Any future amendments to the solicitation will also be available for download from the FedBizOpps website. DESCRIPTION: The Salmon Creek 205 Flood Risk Management project w ill provide an armored revetment. The construction of the revetment will involve surveying the alignment of the existing berm, shaping of classified (in-situ) material to provide the core of the engineered berm, placement of a layer of filter rock, and placement of a layer of riprap on top of the filter material. Construction w ill require a maintenance road of classified material landw ard of the revetment, upgrading a mud trail with gravel access to the project site for construction, and a gravel parking lot. The Davis-Bacon Act will apply. This project is contingent on availability of funds. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All offerors are advised that they must be registered in SAM https://staging.sam.gov/portal/public/SAM/ in order to receive an award. Joint ventures must also be registered in SAM as a joint venture. We advise offerors to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for award. Contractor shall comply with commercial and industry standards, and all applicable federal, state, and local laws, regulations and procedures. The applicable North American Industry Classification System (NAICS) code is 237990, Heavy and Other Civil Construction, and the related small business size standard is $36.5 Million. The estimated dollar magnitude of this project is anticipated to be $1 - $5 Million. The requirement for the submission of both performance and payment bonds, in an amount equivalent to 100% of the award price shall be applicable. Therefore, the successful firm shall have the capability to acquire such bonding.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-R-0043/listing.html)
 
Place of Performance
Address: Seward, Alaska, 99664, United States
Zip Code: 99664
 
Record
SN04547268-W 20170618/170616234219-960e5751b23db4fd297ac724f77dd7ef (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.