Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOLICITATION NOTICE

Y -- Design & Construction of Retaining Walls, Santa Rosa Island Range Complex, Eglin AFB, Florida (Okaloosa and Santa Rosa Counties, Florida)

Notice Date
6/27/2008
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Mobile, US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-08-R-0070
 
Response Due
8/21/2008
 
Archive Date
10/20/2008
 
Point of Contact
Janis R. Steiner, 251-441-6510
 
Small Business Set-Aside
N/A
 
Description
Construct 3 seawalls a total of 4,500 linear feet long. Each seawall is to consist of sheetpile capped with a continuous 3 X 3 reinforced concrete beam. In addition, piles are to be encased with reinforced concrete in heights varying from 12 to 17. Large rock or similar energy dissipation system will be placed in front of each seawall. Also, includes restoration of the shoreline in the vicinity. Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractor must be registered in the DoD Central Contractor Registration (CCR) prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractors responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://tsn.wes.army.mil/ComSoftware.asp. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Note No. 3: Critical path method (network analysis system) is required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $31,000,000 for the past three years. Note No. 5: This solicitation includes bid options which may not be awarded. Note No. 6: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.fbo.gov and https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.cfm. Note No. 7: A Site Visit and Pre-proposal conference will both be held on 31 July 2008 starting at 9:00 a.m. (CDT Time). The Site Visit will start at Site A-3 and proceed to Sites A-6 and A-13b. All interested parties will initially meet at Site A-3; 900 a.m. (CDT Time). Proceeding east on Florida Hwy 98, Site A-3 is located on the Gulf/south side of Hwy 98 about 2 miles before the Destin Bridge. A sign is posted next to Hwy 98 locating Site A-3. The pre-proposal conference will be held immediately after the Site Visit at about 10:30 a.m. (CDT Time) in Building #12517, Site A-15, Santa Rosa Island, FL. The purpose of the conference is to familiarize the bidders with the scope of work, address bidders questions concerning the project, participate in a site visit to become familiar with the existing site conditions, and familiarize the bidders with the Best Value process. Attendance at the conference is strongly recommended. Minutes of the pre-proposal conference will be prepared by the Government and placed on the internet at https://www.fbo.gov and https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.cfm. Eglin Air Force Base is instituting new security clearance requirements. All parties will be required to obtain a picture ID from the Base Pass and ID Office, and wear the ID at all times. Eglin will implement requirements for a background check for all parties to obtain a Base pass. All parties will be required to submit your name, SSN, Days and hours of access and employer to Eglin Resident Office 5 work days before the pass is required. Two days after that, the contractor will submit background check information Form I-9 and Eglin affidavit to Base Security at East Gate. Contractor will then be notified with the 3 days that you have been cleared. Point of contact at the Eglin Resident Office is Ms. Maria Thomas, Eglin AFB Resident Office, telephone: 850-882-7023; fax: 850-882-3600. Offerors should refer to Section 00100 Contract Clause 952.000-4133, PRE-PROPOSAL CONFERENCE, in the solicitation for details. Due to Base Security requirements and limited field staff available for construction contractor site visits, this scheduled site visit will be the only one offered. Individual requests for site visits will not be granted. Offerors should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work or the cost thereof. Failure to do so shall not relieve offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government shall assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Request For Proposals, the specifications, or related documents. In this regard, Offerors should note Contract Clause FAR 52.236-3 Site Investigation and Conditions Affecting the Work. Note No. 8: The request for information (RFI) process for bidder inquiries during the advertisement period is contained in the RFP solicitation package available exclusively from FedBizOpps. Other forms of communicating RFIs to the government will not be honored. The government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ea6c9ad1bb75b155ba0b836062186142&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN01602901-W 20080629/080627220428-d7296a6845a9b7c3824688f449f95faf (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.