Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2012 FBO #3980
SOLICITATION NOTICE

Z -- Blue River Channel Continuing Channel Construction and Mitigation

Notice Date
10/15/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-13-B-1005
 
Archive Date
2/28/2013
 
Point of Contact
Jonathan S. Hankin, Phone: 8163893900, Matthew J. Wilson, Phone: 816-389-3426
 
E-Mail Address
jonathan.s.hankin@usace.army.mil, matthew.j.wilson@usace.army.mil
(jonathan.s.hankin@usace.army.mil, matthew.j.wilson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis No. W912DQ-13-B-1005 Blue River Channel Continuing Channel Construction and Mitigation Jackson County, MO The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for Construction Services for improving channel access, construction of debris deflector and mitigation measures, located at Jackson County, MO. The general scope of work includes, but is not limited to, construction of access roads, existing channel gutter modifications, installation of chain link fence, installation of gates, construction of a dual 48" RCP low flow tributary crossing, installation riprap for the purpose of debris deflection at the Leeds bridge, plantings for mitigation purposes and incidental related work. 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. A site visit is tentatively scheduled for November 14, 2012 at 10:00am CST (local time). Details and any changes will be included in the solicitation or its amendments. If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable. The solicitation will include the following known options: • Install Chain Link Fence; • Standard Gutter Modifications; • Long Gutter Crossings. If the option schedule is changed prior to release of the solicitation, the pre-solicitation announcement will be modified. If the option schedule is changed after release of the solicitation, the solicitation will be amended accordingly. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $1,000,000 and $5,000,000. This solicitation will be issues as an Invitation for Bids (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 270 (two hundred and seventy) calendar days from Notice to Proceed (NTP). The solicitation will be available on or about Tuesday, November 6, 2012 and bids will be due on or about Tuesday, December 11, 2012. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Bids received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 15 and award will be made to the lowest responsive bid from a responsible source. The North American Industry Classification System (NAICS) Code for this project is 237990, with a size standard of $33,500,000. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. This solicitation is being issued as full Small Business set-aside. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Business sources may submit a proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Protégé 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. 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. Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system The Central Contractor Registry (CCR) has now migrated to the System for Award Management (SAM). If you were previously registered in CCR, your registration should have been moved to SAM, and you just need to open an account, see the following link for instructions. https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf. If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf to register. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. The point-of-contact for contractual questions is Jonathan S. Hankin. Phone: (816)389-3900, email: jonathan.s.hankin@usace.army.mil. End of synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-13-B-1005/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers - Kansas City District, 601 E. 12th St, Kansas City, Missouri, 64106, United States
Zip Code: 64106
 
Record
SN02913571-W 20121017/121015233912-e284e41bd40ebf84cb1d8bed9782a9d7 (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.