SOLICITATION NOTICE
Y -- Indefinite Delivery Contract for the Missouri River Fish and Wildlife Recovery Program. The contracts will be executed in either the Omaha District or Kansas City District boundaries.
- Notice Date
- 4/22/2008
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- W9128F-08-R-0024
- Response Due
- 6/7/2008
- Point of Contact
- Stephanie A Rostermundt, Phone: 402-221-4134
- E-Mail Address
-
Stephanie.A.Rostermundt@usace.army.mil
- Description
- On or about 7 May 2008, this office will issue Request for Proposals (RFP) IDC Construction Contract For The Missouri River Mitigation Project. Proposals will be received on or about 7 June 2008. This solicitation is unrestricted and open to both large and small business participation. A separate 100% HUBZone set aside RFP IDIQ Construction Contract for the Missouri River Mitigation Project will be issued in June of 2008. Contractors interested in inspecting the site of the proposed work should Teresa Reinig at 402-995-2721 or at Teresa.A.Reinig@usace.army.mil DO NOT submit requests for proposal documents to the site visit personnel listed above. The work will include the following: Performance under these contracts will be executed in either the Omaha District or Kansas City District boundaries with project sites located between Gavins Point Dam, SD and the mouth of the Missouri River near St. Louis, MO. The contracts will have a 1-year base period with four 1-year option periods. Award will be made to 3 to 5 contractors selected on a best value basis. Individual task orders will be competed. Scope of work will vary with each work order. Types of construction could include, but is not limited to, excavation/grading, dredging, light road building (access roads, primitive parking lots), riprap placement, water control structures (stoplogs, pump stations, and culverts). The primary NAICS code is in the 237 series. Each contract will have a base period of 1-year and four 1-year options to extend the contract for an additional four years. Each contract will require the contractor to furnish all plant, labor, materials, and equipment to perform a wide variety of construction features that may consist of, but not limited to, excavation/grading, dredging, light road building (access roads, primitive parking lots), riprap placement, water control structures (stoplogs, pump stations, and culverts). Proposal Evaluation: Major evaluation areas of each offerors proposal, in descending order of importance, include: Technical Capabilities and Equipment; Qualifications including Construction Experience, Personnel and Past Performance; Project Management Plan; Utilization of Small Business; and Price. All other evaluation factors, when combined are anticipated to be approximately equal to price in the source selection decision. The estimated construction cost throughout the life of the contract is $90,000,00.00. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2008: (a) Small Business: 70.0% of planned subcontracting dollars. (b) Small Disadvantaged Business: 6.2% of planned subcontracting dollars. (c) Women Owned Small Business: 7.0% of planned subcontracting dollars. (d) HubZone business: 9.8% of planned subcontracting dollars.(e) Veteran business: 3.0% of planned subcontracting dollars. (f) Service-Disabled Veterans business: 0.9% of planned subcontracting dollars. The Contractor will be required to commence work on each Task Order within 10 days after notice to proceed and complete the work within the time period stipulated in each Task Order. Provisions will be included for liquidated damages for each Task Order in case of failure to complete the work in the time allowed. Performance and payment bonds may be required as specified on individual Task Orders. The plans and specifications documents will be posted to the FedBizOpps website (https://www.fbo.gov/index?cck=1&au=&ck=). Plan holders are responsible for checking this Internet Site for amendments. If any of your company information changes during the advertisement period, submit the information via e-mail to Stephanie.A.Rostermundt@usace.army.mil or by written request or fax. Telephone calls regarding Small Business matters should be made to Hubert Carter at 402-221-4110. Telephone calls on contents of Request for Proposal RFP package should be made to Teresa Reinig, Project Manager, at: 402-995-2721; Stephanie Rostermundt at: 402-995-2083; or Specification Section at: 402-995-2184.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bc1fbc8aa9d5804fb31fbc4be5de0120&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
- Zip Code: 68102-1618
- Zip Code: 68102-1618
- Record
- SN01558479-W 20080424/080422220253-bc1fbc8aa9d5804fb31fbc4be5de0120 (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 |