Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2010 FBO #3284
SOLICITATION NOTICE

Z -- Baltimore Bend and Belcher Lozier Levee Rehab, Missouri River, Missouri

Notice Date
11/19/2010
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering 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
W912DQ-11-B-1000
 
Response Due
12/8/2010
 
Archive Date
2/6/2011
 
Point of Contact
John Akin, 816-389-3665
 
E-Mail Address
USACE District, Kansas City
(john.h.akin@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis for Baltimore Bend and Belcher Lozier Levee Rehab Missouri River, Missouri The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Construction Services type contract for the Baltimore Bend and Belcher Lozier Levee Rehab located at river miles 298.2 thru 300.0 and 300.0 thru 302.5 on the Missouri River. The solicitation will be available on or about 8 December 2010 on the FedBizOps website at www.fbo.gov. The Invitation for Bid will be held approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The general scope of work includes, but is not limited to: Emergency Levee Rehabilitation consisting of repair to Missouri River Non Federal Levees. Baltimore Bend Levee: Repair of one breach and associated landward and riverward foundation scour from station and re-establish lost sod cover on landside and riverside slopes and crown erosion/small breaches. Belcher-Lozier Levee: Replace lost (destroyed) sod cover on landside and riverside slopes and repair crown erosion/small breaches. This solicitation will be issued as an Invitation for Bid (IFB) which will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is anticipated to be 150 (One hundred and fifty days) calendar days from Notice to Proceed (NTP). At this time, no options have been identified for this project. If the price schedule is changed to include options prior to the release of the solicitation, the pre-solicitation announcement will be modified. If the price schedule is changed to include options after release of the solicitation, the solicitation will be amended accordingly. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $100,000 and $250,000. The North American Industry Classification System (NAICS) Code for this project is 237990, and the size standard is $33,500,000.00. This solicitation will be issued as a Full Set-Aside for Small Business. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Disadvantaged Business, Women-Owned Small Business, HUB Zone Small Business, Service-Disabled Veteran-Owned Small Business, and Historically Black Colleges & Universities/Minority Institutions (HBCU/MI), sources may submit a bid, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Protg Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement in advance of submitting an offer. 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. HOW TO OBTAIN A COPY OF THE SOLICITATION - - - To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO 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. PLEASE NOTE: CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained and online registration may be accomplished at www.ccr.gov. One can also contact the Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. ORCA REQUIREMENTS: Offerors are required to complete ORCA requirements prior to submitting their proposal. ORCA may be accomplished at http://orca.bpn.gov. POINTS-OF-CONTACT: The point-of-contact for administrative for contractual questions is Mr. John H. Akin. Mr. Akin can be reached at 816-389-3665 or by e-mail at John.h.Akin@usace.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is Mr. Whitney K. Wolf. Mr. Wolf can be reached at 816-389-3315 or by e-mail at Whitney.K.Wolf@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-B-1000/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02331077-W 20101121/101119234317-70d0873ce8d322d03800c3649a590a13 (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.