Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2015 FBO #5123
MODIFICATION

Y -- PISMO BEACH SHORELINE PROTECTION PROJECT, PISMO BEACH, SAN LUIS OBISPO COUNTY, CA - Solicitation 1

Notice Date
12/1/2015
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-16-R-0001
 
Point of Contact
Patricia B Bonilla, Phone: 213-452-3255, Lubna Y. Khilfeh, Phone: 2134523308
 
E-Mail Address
Patricia.B.Bonilla@usace.army.mil, lubna.y.khilfeh@usace.army.mil
(Patricia.B.Bonilla@usace.army.mil, lubna.y.khilfeh@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation - Phase 1of a 2 Phase Request For Proposal / Design-Build Synopsis Amendment 2: correction to estimated dates of solicitation issuance: USACE, Los Angeles District is soliciting for a 2 Phase Design-Build construction project. The project consists of all labor, materials, tools, equipment, and necessary services to design and construct a sculpted, tied-back, reinforced concrete bluff protection wall. The bluff protection will be approximately 150 ft in length and 35 ft in height. The proposed contract is expected to include all design, drawings, specifications, engineering, construction and administration required to satisfy the requirements stated in the RFP. This includes all applicable permits, agency notifications, documentation fees, civil engineering certifications, soil quality inspections, and structural calculations. The estimated cost range of proposed contract is from $1,000,000 to $3,000,000.00. The estimated period of performance is 365 calendar days from the date of notice to proceed. The solicitation is advertised in accordance with FAR 36.3 entitled "Two Phase Design Build Selection Procedures". The Request for Proposal will use the best value TRADEOFF source selection process. Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two. One contract will be awarded using competitive negotiation. The evaluation in Phase One may consist of but is not limited to: the offeror's general technical approach; technical qualifications/specialized experience/technical competence/capability to perform; Past Performance of the offeror's team (including the architect-engineer and construction members) and the firm's bonding capabilities. The offeror must have sufficient bonding capability of at least $3,000,000.00. The criteria to be evaluated in Phase Two will be provided by amendment to those offerors found to be technically qualified following evaluation of Phase One. After evaluating Phase One proposals, the maximum number of offerors that will be selected to submit Phase Two proposals will be in the range of 3 to 5 of the most highly qualified offerors. The offerors who fall within the competitive range will be requested to submit proposals under Phase Two. Examples of potential evaluation factors for Phase Two include technical narrative, management approach, key personnel and proposed technical solutions. This procurement is a Total Set-Aside for Small Businesses for which the size standard is $36,500,000 annual receipts. The NAICS code for this acquisition is 237990. Tentative dates for solicitation issuance and receipt of proposals. RFP qualification requirements for Phase I will be available on or about 15 October 2015 with proposals due on or about 17 November 2015; Phase II Solicitation Documents will be available on or about 11 December 2015 with Phase II proposals due on or about 12 January 2016. Phase II will include technical/price proposal for the contract. The Request for Proposal(RFP)/Plans and Specifications will be available only at the FedBizOpps (FBO) website, www.fbo.gov No additional media (compact disks, floppy disks, faxes or paper) will be provided. Offerors are responsible for checking the www.fbo.gov for any update(s) to this Notice or subsequent RFP. Please note the website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. Viewing/downloading the solicitation documents requires registration at FedBizOpps (FBO) at www.fbo.gov Also to be placed on the "Interested Parties" list of solicitation, requires FBO registration. For further information, please click on the links on the www.fbo.gov homepage to FAQs. If you are not registered with FBO, the United States Government is not responsible to providing you with notification of any changes to this solicitation. Each offeror, should verify his or her name appears on the Interested Parties list of FBO to ensure notification of amendments and notices regarding the solicitation. Prior to issuance of the solicitation please direct all questions regarding this notice to Patricia.B.Bonilla@usace.army.mil or Lubna.Y.Khilfeh@usace.army.mil ALL OFFERORS ARE ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-16-R-0001/listing.html)
 
Place of Performance
Address: Pismo Beach, California, Pismo Beach, California, 93449, United States
Zip Code: 93449
 
Record
SN03957132-W 20151203/151201234115-1a4fc3a7894e247fa1b2c0a80fa4fe2c (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.