Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

Y -- Construction of Rush Creek, Section 14 Emergency Streambank Protection Project

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer 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-06-B-0005
 
Response Due
9/20/2006
 
Archive Date
11/19/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for Construction Services. The proposed project is a Section 14 Emergency Stream Bank Protection Project located in the English Landing Park in Parkville, Missou ri on 1,050 feet of Rush Creek between Main Street and the confluence with the Missouri River along Rush Creek. The project is in close proximity to the general public and city facilities. Therefore the contractor shall take precaution not to touch or da mage the underground utilities in the project area and perform traffic control necessary to ensure public safety to the City of Parkville, MO. Work will include a grade control structure and local channel and bank stabilization. Together, both items invol ve conducting earthwork, providing stone characterized by three gradations, providing rockfill, providing riprap and bedding, doing site work, grading, and seeding. The first item involves constructing metal sheet pile walls, installing tie back anchors, constructing a reinforced concrete slab (stilling basin), building concrete for sheet pile joints and sheet pile caps, and finishing with fencing. A Pre-Solicitation Conference and Site Visit have been tentatively scheduled for September 6, 2006, 10:00am, Farmers Market at the English Landing Park, Parkville, Missouri. If there is any change to the scheduled, the correct time and location will be in cluded in the solicitation, or amendments as applicable 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. In accordance with FAR 36.204 and DFAR 236.204, the estimated magnitude of this construction project is between $1,000,000 and $5,000,000. This solicitation will be issue as an Invitation for Bids (IFB). The estimated performance period for completion of construction is 210 calendar days from Notice to Proceed (NTP). The solicitation will be available on or about August 21, 2006 and Bids will be due on or about September 20, 2006 at 2:00 p.m. central standard time. To find solicitations for the Kansas C ity District, vendors must go to the Federal Business Opportunity website at http://www.fedbizopps.gov. Bids received in response to the solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 15 and award will be made to the lowest responsive bid from a responsible source. The North American Industry Classification System (NAICS) Code for this project is 237990, with a standard size of $31,000,000. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for t he last 3 fiscal years, does not exceed the size standard stated above. THE SOLICITATION WILL BE UNRESTRICTED. Therefore, this project is open to both large and small businesses, and bids for all responsible sources will be considered by the agency. If a source is a large business, and the proposal exceeds $1 Million, that o fferor will be required to submit a Small Business Subcontracting Plan with goals based on percentage of total subcontracted dollars. The targeted goal percentages for this project are; Small Business 51.2%, Small Disadvantaged Business 8.8 %, Women-Owned Small Business 7.3 %, HUB Zone Small Business3.1 %, Service-Disabled Veteran-Owned Small Business 1.5 %, Historically Black Colleges & Universities/Minority Institutions (HBCU/MI) 13.9%. Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Prot?g? Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small B usiness Administration (SBA) must approve of any such arrangement. HOW TO OBTAIN A COPY OF THE SOLICITATION: All potential offerors to include Prime Contractors, subcontractors, suppliers, plan rooms and printing companies register in CCR and FedTeDS in order to view or download solicitations. This solicitation, with pl ans, specifications, and any amendments, will be published in electronic format on FedTeDS Internet Web Site only https://www.fedteds.gov/. You can access the FedTeDS website from FedBizOpps by clicking on the link labeled, Technical Data Package, and the n in the next screen, vendors must be actively registered in FedTeDS website. There will be no printed hard copies or CD-ROM Disks provided by this agency. Note: Plan Rooms, Printing Companies, and various Trade Associations frequently register as Plan Holders for electronic solicitations, and make them available in printed or CD-ROM format for a fee. Potential offerors with limited printing or downloading capabilities should consider these alternatives. PLEASE NOTE NEW REQUIREMENTS: CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained and online registration may be accomplished at htt p://www.ccr.gov. If assistance is need with CCR registration, contact the CCR Helpdesk at 1-888-227-2423. A paper form for registration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. ORCA REQUIREMENTS: There is a new Federal initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications requi red by the Federal Acquisition Regulations and previously found in Section 00600 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for contract award and prior to bidding, a firm must be registered in the database. Please register Representations and Certifications at http://orca.bpn.gov. Detailed information can be found in cited FAR Case, as well as by visiting the help section of the ORCA website at http://orca.bpn.gov. The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. The point-of-contact for technical questions is Brian Rast at 816-389-3337, brian.t.rast@nwk02.usace.army.mil. The point-of-contact for contractual questions is Thed H. Johnson at 816-389-3623, thed.h.johnson@nwk02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN01107106-W 20060806/060804222758 (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.