MODIFICATION
99 -- Henrietta-Crooked River Levee System
- Notice Date
- 4/4/2012
- Notice Type
- Modification/Amendment
- 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-12-B-1004
- Response Due
- 6/8/2012
- Archive Date
- 8/7/2012
- Point of Contact
- WILLIE HODGES, 816 389-3469
- E-Mail Address
-
USACE District, Kansas City
(willie.e.hodges@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This Announcement is to inform potential Offeror's that the solicitation will not be available on April 5, 2012. The solicitation will be accessible on or about April 30, 2012. Below is a discription of the project. The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Firm Fixed Price Construction Services type contract for the following levee districts: Henrietta-Crooked River Levee & Drainage, District Section 2; Ray County Levee & Drainage District No. 2; Miles Point Levee District; Cherry Valley Levee District; Baltimore Bend Levee District; and Belcher-Lozier Levee District. The Levees are located within the state of Missouri in Carroll and Ray Counties. The project consists of six levees that are considered to be one system. The levee rehabilitation will consist of repair of the crown, landside and riverside of the levee, and area adjacent from flood damage. Work includes earthwork operations for the construction of earthen levees; borrow site operations, seeding and mulching, installation of drainage structures and incidental related work. The solicitation will be available on or about 30 April 2012 on the FedBizOps website at www.fbo.gov. The Bids will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The general scope of work will require a contractor to provide all labor, materials, and equipment to repair damage from heavy rains during the June 2011 flood. The subsequent levees are located northwest of Lexington, Missouri at the following river miles: Henrietta-Crooked River Levee & Drainage District Section 2 is located in Ray County, Missouri on the left descending bank of Missouri River, at river miles 313.8 to 311.8 on the Left Descending Bank of Crooked River. Ray County Levee & Drainage District No. 2 is located in Ray County, Missouri on the left descending bank of Missouri River, at river miles 311.8 to 307.0. Miles Point Levee District is located in Carroll County, Missouri on the left descending bank of Missouri River, at river miles 307.0 to 304.2. Cherry Valley Levee District is located in Carroll County, Missouri on the left descending bank of Missouri River, at river miles 304.2 to 302.5. Baltimore Bend Levee District is located in Carroll County, Missouri on the left descending bank of Missouri River, at river mile 302.5 to 300.0. Belcher-Lozier Levee is located in Carroll County, Missouri on the left descending bank of Missouri River, at river miles 300 to 298.2. 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 project will be noted in the actual solicitation. There will be options included with this project. 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 $500,000 and $1,000,000.00. 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 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 proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentoring 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 a bid. Bids received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 14. An award will be made to the lowest responsive bid and from a responsible source. Bids will not be accepted or considered by email or other forms of electronic means. 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. Bidders 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 a bidder's inability to access the document at the referenced website. If you experience any difficulties you may need to adjust your firewall or security measures on your computer. Please do not call requesting for additional information. The Corps of Engineers has provided all the information we have at this time into this public announcement. We will immediately convey any vital information to the public if received. 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. Online registration instructions may be obtained through the following website www.ccr.gov. One can also contact the Central Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. ORCA REQUIREMENTS: Bidders are required to complete ORCA requirements prior to submitting their bids. ORCA may be accomplished at http://orca.bpn.gov. Please note there are special requirements related to sending/hand delivering your bids to the federal building due to 9/11. Be sure to arrive early in case you have any problems with security. A valid photo identification card issued by the state or federal government will be required to enter the Federal Building (for example a driver's license, military identification card, passport, or an issued state or federal identification card). Keep in mind to plan ahead for inclement weather. Additionally, there is limited street parking around the Federal Building. POINTS-OF-CONTACT: The point-of-contact for contractual questions is Mr. Willie Hodges. Mr. Hodges can be reached at 816-389-3469 or by e-mail at willie.e.hodges@usace.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is Mr. Kenneth Stark he can be reached at 816-389-3118 or kenneth.a.stark@usace.army.mil. Contracting Office Address: USACE District, Kansas City, ATTN: CECT-NWK-C, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896 Place of Performance: USACE District, Kansas City ATTN: CECT-NWK-C, 700 Federal Building 60l East 12th Street Kansas City, MO. 64106-2896 Point of Contact(s): WILLIE HODGES (816) 389-3469
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-12-B-1004/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
- Zip Code: 64106-2896
- Record
- SN02713771-W 20120406/120404235206-fd8aef2308fac33c54669a079426f7ae (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 |