Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
SOLICITATION NOTICE

Y -- Repair Overhead Electrical Power Lines

Notice Date
7/9/2010
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ10B4003
 
Response Due
9/30/2010
 
Archive Date
11/29/2010
 
Point of Contact
Shem S. Yusuf, 816-389-3441
 
E-Mail Address
USACE District, Kansas City
(shem.s.yusuf@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Repair of Overhead Electrical Power lines This acquisition is 100% Set Aside for Small Businesses. The Government will only accept bids from offerors that qualify as a Small Business under NACIS code 237130. The General Scope of Work: The work to be performed consists of a construction contract to demolish existing 12.47 kV overhead pole mounted electrical circuits and replace with new 12.47 kV class in duct bank, underground electrical circuits with pad mounted transformers. Installation of duct banks under roads shall be accomplished with direct boring rather than trenching. There is an Option that may be exercised later in the contract period of performance. Option: Replace existing, above-ground AT&T telecom pedestals with flush splice boxes. This project is located at McConnell Air Force Base, Kansas. The estimated magnitude of this project is between $500,000 and $1,000,000. The North American Classification System (NAICS) Code for this project is: 237130. Small business size standard for this project is: $33,500,000 A Bid bond will be required with your proposal in the amount of 20% of the offeror proposed price or $3,000,000.00 whichever is less. Payment and Performance bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. The solicitation will be available on or about July 26, 2010 and responses will be due on or about August 26, 2010. The solicitation, including any amendments, shall establish the official opening and closing dates and times. This solicitation will be issued as an Invitation for Bids (IFB) which will result in the award of a single Firm Fixed Price (FFP) Design Bid Build Construction contract. Bids received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 14 and award will be made to the lowest responsive bid from a responsible source. The estimated period of performance for completion of construction and final cleanup is 180 (One Hundred and Eighty) calendar days from date of Notice to Proceed (NTP). At this time no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, this pre-solicitation announcement will be modified accordingly. An organized site visit will be announced at a later date. Upon announcement of the organized site visit, attendees should arrive early to allow time to pass through security. You must present a valid drivers license, current vehicle registration and proof of insurance to obtain a vehicle pass. This solicitation with plans, specifications, and any amendments, will be published in electronic format on FedBizOpps https://www.fbo.gov. 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. Offerors are responsible for checking the FedBizOpps website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. CCR requirements: Prior to submitting a proposal, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions maybe obtained, and online registration may be accomplished at www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423. By submitting an offer, the offeror acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Refer to CCR clause 252.204-7004. Prospective contractors must be registered with CCR prior to award of any contract. ORCA Requirement: Online Representations and Certifications Application (ORCA) is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations (FAR) and previously found in Section 004500 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for a contract award and prior to submitting an offer, a firm must be registered in the database. Please register your Representations and Certifications at https://orca.bpn.gov/. Detailed information can be found in cited FAR case, as well as by visiting the help section of the ORCA website. The help section includes background information, frequently asked questions, the ORCA handbook, and a phone number to call for assistance. VETS-100 Requirement: Per Federal Acquisition Regulations (FAR) part 22.1303 all offerors must complete their VETS-100 report via the Department of Labor website at https://vets100.vets.dol.gov/ to be eligible for award. Points of Contact: The point of contact for all questions/inquiries is Shem Yusuf and can be reached by phone at (816)389-3441 or by email at Shem.S.Yusuf@usace.army.mil. Place of Performance: McConnell AFB, KS 67221-8382 Contracting Office Address: US Army Corps of Engineers, Kansas City District, ATTN: CECT-NWK-M, 700 Federal Building 601 E. 12th Street, Kansas City, MO 64106-2896
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ10B4003/listing.html)
 
Place of Performance
Address: McConnell AFB McConnell AFB Wichita KS
Zip Code: 67221-8382
 
Record
SN02201018-W 20100711/100709235119-acb44dd0fd9c77db6210d317e937985d (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.