SOLICITATION NOTICE
Y -- Clinton, Melvern and Pomona Lakes Road Maintenance including Asphalt Patching, Chip Seal and Crack Seal - Lawrence, Melvern and Vassar, KS
- Notice Date
- 6/20/2014
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge 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-14-B-1021
- Response Due
- 8/6/2014
- Archive Date
- 9/5/2014
- Point of Contact
- Jennifer Allsbury, 8163892295
- E-Mail Address
-
USACE District, Kansas City
(jennifer.r.allsbury@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 Road Maintenance including Asphalt Patching, Chip Seal and Crack Seal - for Clinton, Melvern and Pomona Lakes in Lawrence, Melvern and Vassar, KS The solicitation will be available on or about 1 July 2014 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 Road Maintenance including Asphalt Patching, Chip Seal and Crack Seal consists of: Clinton Lake: Work consists of chip seal surface treatments and crack fill in Bloomington Park on the west side of Clinton Lake and crack fill and full-depth asphalt concrete patching on the east side of Clinton Lake. Melvern Lake: Work consists of crack fill on the Dam Road/Project Office Area and Outlet Park areas (below the dam) and chip seal surface treatments in Arrow Rock and Turkey Point campgrounds. Pomona Lake: Work consists of chip seal surface treatment in two parks on the east side of Pomona Lake. All of the areas are in the vicinity of each other. Roads include both interior park roads and entrance roads. Entrance roads will require one lane open to traffic at all times. 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. 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 $100,000.00 and $250,000.00. The North American Industry Classification System (NAICS) code for this project is 237310, 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 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: SAM REQUIREMENTS: In accordance with FAR 4.1102 the prospective awardee shall be registered and active in the System for Award Management (SAM). Instructions for new registration are 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. 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 since this is the season for inclement weather. Keep in mind there is limited street parking around the Federal Building. POINTS-OF-CONTACT: The point-of-contact for contractual questions is Ms. Jennifer Allsbury. Ms. Allsbury can be reached at 816-389-2295 or by e-mail at jennifer.r.allsbury@usace.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is Mr. Brian Turk. Mr. Turk can be reached at 816-389-3647 or brian.t.turk@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: Clinton Lake U.S. Army Corps of Engineers 872 N 1402 Rd Lawrence, KS 66049 Melvern Lake U.S. Army Corps of Engineers 31051 Melvern Lake Parkway Melvern, KS 66510 Pomona Lake U.S. Army Corps of Engineers 5260 Pomona Dam Road Vassar, KS 66543 Point of Contact(s): Jennifer Allsbury 816-389-2295
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-B-1021/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
- SN03402024-W 20140622/140620235530-186646f7d137519fa29307c75eed9491 (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 |