Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2004 FBO #0796
SOLICITATION NOTICE

Y -- Water Tanks, Pumps & Mains, Architect of the Capitol Parcel, Fort George G. Meade, Maryland

Notice Date
1/30/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-04-R-0022
 
Response Due
3/19/2004
 
Archive Date
5/18/2004
 
Point of Contact
Theresa Quick, (410)962-2708
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore
(theresa.s.quick@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This proposed procurement is Unrestricted, NAICS is 237130 with a size standard of $28,500,000.00. Water Tank, Pumps & Mains for the Architect of the Capital Parcel, Fort George G. Meade, Maryland is being advertised as a Request for Proposal (RFP). This request for proposal requires separate technical and cost proposals to be evaluated based on Best Value for award of the project. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Estim ated cost of construction is between $1,000,000.00 and $5,000,000.00. Completion of work required by no later than 208 calendar days. Project includes use of brand name items from Yale Security. The project is for the construction of a 500,000 gallon co ncrete water tank, two (2) diesel power water pumps, electrical controls, pump house, 6,600 linear feet of four (4) inch and sixteen (16) inch water mains, underground electrical lines and site work. Large Businesses must submit a Subcontracting Plan in a ccordance with Section 00100 of the solicitation package. The Small Business Goals are 60% of the total value of subcontracted work. Of that 60%, 20% shall be with Small Disadvantaged Businesses (SDB), 10% shall be with Women Owned Small Businesses (WOSB ), 3% shall be with Historically Underutilized Businesses (HUB Zone), 3% shall be with Veteran Owned Small Businesses (VOSB) and 3% shall be Service Disabled Veteran Owned Small Businesses (SDVOSB). In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. The initial registration date expired 31 May 1998. For information regarding future registration, contact (1) C CR Web site at http://www.ccr.gov; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is: http://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged business contact their cognizant Small Business Administration Office to obtain Small Disadvan taged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. Due to security restrictions imposed on this project there will be a fee associated with the RFP package. There will be flat rate fee of $100.00 per set for full size plans and specifications. This fee is refundable upon the return of the complete set of plans and specifications to the Baltimore District. Checks will be held and upon the return of set will be returned to the company. Only company checks will be accepted. Company checks are to be made payable to ??????USACE-Baltimore District?????? and mailed to the attention of CENAB-CT-A, Terri Quick, 10 S. Howard Stre et, Room 7000, Baltimore, MD 21201. No Cash Accepted. Plans and specifications will not be issued to plan rooms. The solicitation will be provided in hard copy paper format only to those registered plan holders who have submitted the fee requirement. All responsible sources may submit a proposal, which shall be considered by the agency. Contractors requests for this solicitation will be performed through ASFI. Contractors may register to be placed on the Bidders/Offerors mailing lists by going to the web site: https://ebs.nab.usace.army.mil ?????? Issuance is estimated to be on or about 18 February 2004 with the proposals due on or about 19 March 2004.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN00513205-W 20040201/040130212517 (fbodaily.com)
 
Source
FedBizOpps.gov 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.