Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2009 FBO #2774
SOLICITATION NOTICE

Y -- RECOVERY--Y--Recovery--Lock and Dam 3 Embankment Improvements, near Diamond Bluff in Pierce County, Wisconsin

Notice Date
6/29/2009
 
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, St. Paul, US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-09-R-0026
 
Response Due
8/17/2009
 
Archive Date
10/16/2009
 
Point of Contact
William J. Hurley, 651-290-5416<br />
 
E-Mail Address
US Army Engineer District, St. Paul
(william.j.hurley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY--This project is for the design and construction (Two-Step Design-Build) of embankment improvements at Lock and Dam 3 on the Mississippi River near Diamond Bluff in Pierce County, Wisconsin. Contractors shall be capable of providing all technical expertise, equipment, materials and labor to design and construct embankment improvements at Lock and Dam 3. These improvements may include: 1) construction of a series of embankments and spillways totaling up to several thousand linear feet, and 2) construction of associated control structures and any associated improvements. The Design-Build process will have two distinct phases. Phase-I will be the pre-qualification process, where the Government may select a designated number of Design-Build Contractors on the basis of qualifications to perform the work. Only the selected Design-Build Contractors will then qualify for the Phase-II of the process. In the Phase-II of the procurement procedure, offerors will be given the opportunity to submit their preliminary design and price proposals. Price, along with other non-pricing factors, will determine the best value to the Government. No stipend will be paid to any unsuccessful Phase I or Phase II offerors that submit proposals. This will be a firm-fixed price contract and award will be based on best value to the Government. THIS PROCUREMENT IS ISSUED UNRESTRICTED UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM (PUBLIC LAW 100-656). The estimated price range for this requirement is between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) code is 237990 with a small business size standard of $33.5 million. This Request for Proposal (RFP) is being issued on an unrestricted basis. The solicitation for the Request for Qualifications will be posted with specifications on www.fbo.gov on or around July 17, 2009 for a period of not less than 30 days. The solicitation for the Request for Proposals will be posted with the specification and plans on or around September 8, 2009 for a period of not less than 45 days. Please check this website for any changes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-09-R-0026/listing.html)
 
Place of Performance
Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN<br />
Zip Code: 55101-1638<br />
 
Record
SN01859698-W 20090701/090629235903-e2c9e92738e67463a40fb58363437c14 (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.