Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2013 FBO #4408
SOLICITATION NOTICE

Y -- Stage 2 Slope Construction

Notice Date
12/17/2013
 
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, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
 
ZIP Code
14207-3199
 
Solicitation Number
W912P4-14-R-0003
 
Archive Date
1/15/2014
 
Point of Contact
Frank D'Andrea, Phone: 716-879-4245
 
E-Mail Address
frank.j.dandrea@usace.army.mil
(frank.j.dandrea@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Chicago District intends to issue a Request for Proposal (RFP) W912P4-14-R-0003 for Stage 2 Slope Construction at the McCook Reservoir, Hodgkins, Illinois. The general work includes building retaining walls along two sides of the McCook Reservoir in the Stage 2 area with permanent slope stabilization and incidental related work including: surface water pumping, fine grading, soil nail wall, permanent slope stabilization, rock bench.. This is not a request for proposal or any type of request for information. The Contract Duration is two hundred seventy days (270) calendar days from Contract Award. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237990 - Other Heavy and Civil Engineering Construction. This will be a full and open competitive procurement, which is subject to change. SELECTION PROCESS: The proposals will be evaluated using a Best Value source selection process. The selection process will evaluate such factors (not necessarily in order): Team Experience, Project Labor Agreement, Past Performance, Schedule and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered greater to cost or price. The Government reserves the right to award to an offeror that did not offer the lowest price proposal. Offerors will be invited to submit a proposal subject to Project Labor Agreement (PLA) requirements (a PLA proposal), a proposal not subject to PLA requirements, or both. If a PLA proposal is accepted by USACE the awardee shall be required to execute a Project Labor Agreement (PLA) with one or more appropriate labor organizations for the term of the resulting Contract. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10M and $25M, in accordance with FARS 36.204. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 2 January 2014 and awarding the sometime in February. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Frank J. D'Andrea, at frank.j.dandrea@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-14-R-0003/listing.html)
 
Place of Performance
Address: McCook Reservoir, Hodgkins, Illinois, 60525, United States
Zip Code: 60525
 
Record
SN03253035-W 20131219/131217234603-48ce4d80c3ce8119e352f02e292547ea (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.