Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
MODIFICATION

Z -- Replace Water Line, Coast Road to Ocean Blvd, Vandenberg Air Force Base, CA

Notice Date
8/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-09-R-0043
 
Response Due
9/3/2009
 
Archive Date
11/2/2009
 
Point of Contact
Lucia A. Carvajal, Phone: 213.452.3240, Cynthia H. McManus, Phone: 2134523247
 
E-Mail Address
lucia.a.carvajal@usace.army.mil, cynthia.h.mcmanus@usace.army.mil
(lucia.a.carvajal@usace.army.mil, cynthia.h.mcmanus@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The project consists of replacing the waterline along Coast Road to Ocean Avenue at Vandenberg Air Force Base, California. The existing 14 RCP pipeline along Coast Road to Ocean Avenue is to be abandoned and replaced with a new 14 C905 CL 235 HDPE waterline. All above ground appurtenances on the abandoned waterline are to be removed. All connections to the existing waterline (Tees, services, pressure valves, cattle troughs) will be re-piped to connect to the new waterline. Work is in environmentally sensitive areas. The selected contactor must be able to demonstrate he/she wont violate constraints associated with endangered plants and cultural resources present in the area of construction. The estimated cost range of this acquisition is $5,000,000 - $10,000,000.00. This is an 8(a) competitive procurement. The Small Business Administration has determined that, for this project, competition will be restricted to eligible 8(a) firms certified for participation in the 8(a) Program with Headquarters or approved satellite offices within Region 9 of the Small Business Administration and which have a NAICS code 237110 among their approved NAICS codes. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the cost of the contract, not including the cost of materials with his/her own employees. The acquisition method is negotiated procurement. Both a technical proposal and a price proposal will be required. The source selection process is LOWEST PRICE, TECHNICALLY ACCEPTABLE. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. It is the Governments intent to award based on initial offers without discussions. Evaluation factors may consist of the following: prime contractor experience; past performance, management plan, capacity to perform the work, depth of experience working with team members selected for this project. The aforementioned evaluation factors may not be all inclusive. An organized site visit is scheduled for August 13, 2009 at 10:00 AM (local time) at the Vandenberg Air Force Base Resident Office. The POC for the site visit is Mr. Jack Janney at 805.734.4670. For Vandenberg AFB access, please submit the following information for each person attending: Full name, SSN-last four, DOB, Place of Birth, Citizenship, and drivers license number and state. No exceptions will be made. Please ensure that all personnel are aware of these restrictions. No substitutions will be allowed once an attendees name has been submitted. Please email the information by COB, August 11, 2009 to Jack Janney at jack.t.janney@usace.army.mil Offerors are urged and expected to attend the site visit and to inspect the site where the work will be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contact performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. ALL OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: The solicitation will be available for downloading on or about August 3, 2009. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as www.fbo.gov. Viewing/downloading documents will require prior registration in Central Contractor Registration (www.ccr.gov). Important Note: Solicitation documents can be accessed ONLY by either FBO or ASFI. Please note that ALL firms who want to access the solicitation, both prospective primes and subs must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK WWW.FBO.GOV FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY LOSS OF INTERNET CONNECTIVITY OR FOR AN OFFERORS INABILITY TO ACCESS THE DOCUMENTS POSTED AT THE REFERENCED WEBSITE. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-09-R-0043/listing.html)
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN01924275-W 20090826/090825002623-f7cd9d813562be6fe5cc5b7e2930baec (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.