Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2016 FBO #5200
SOLICITATION NOTICE

F -- Construction of the Alabama Swift Tract Living Shoreline Project, Bon Secour Bay, Alabama.

Notice Date
2/16/2016
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC133F-16-RP-0044
 
Point of Contact
Jeanie M. Jennings, Phone: 8164267458
 
E-Mail Address
jeanie.m.jennings@noaa.gov
(jeanie.m.jennings@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
On or about March 2, 2016 the U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) Office of Habitat Conservation and Eastern Acquisition Division, Kansas City, intends to issue a Request for Proposal for construction contractor services for Construction of the Alabama Swift Tract Living Shoreline Project, Bon Secour Bay, Alabama. The solicitation will close on or about April 5, 2016. The Project consists of construction of a low-crested breakwater approximately 1.6 miles in length within the Weeks Bay National Estuarine Research Reserve. Project specifications for the Base Schedule require the placement of approximately 17,000 tons of graded riprap and 7,486 linear feet of geotextile fabric to build 19 breakwater segments with a crest width of 6 feet and a crest elevation of +0.7 feet NAVD. Option Number 1 requires approximately 860 tons of additional graded riprap and 394 linear feet of additional geotextile fabric to construct one additional segment. Option Number 2 requires approximately 910 tons of additional graded riprap and 394 linear feet of additional geotextile fabric to construct another additional segment. Additional project features include settlement plates; permanent warning signs; pre-construction hazard survey; pre-construction, pay, and as-built surveys; and aerial photographs. This acquisition is being advertised as an Unrestricted Request for Proposal (RFP) in accordance with FAR 15.101-2 Lowest Price Technically Acceptable (LPTA) Source Selection Process which will result in the award of a single firm fixed price (FFP) construction contract. The estimated period of performance is 150 calendar days after notice to proceed for the base schedule and an additional 15 calendar day for each option, if exercised. The estimated construction costs of this project are between $1,000,000.00 and $5,000,000.00. The NAICS code is 237990 with a small business size standard of $36.5 million. An offer guarantee is required in accordance with FAR 52.228-1. Offers from large business firms must comply with FAR 19.7 and FAR Clause 52.219-9 regarding the requirement for submission of a small business subcontracting plan that meets or exceeds Department of Commerce (DOC) Small Business Subcontracting Goals. The Government intends to award a firm-fixed price contract to the officer that is considered the best offer price and other factors considered. The solicitation documents for this procurement will be posted on the Federal Business Opportunities website (www.fbo.gov). Contractors are responsible to register as an interested vendor to insure notification of issuance of any documents associated with this solicitation. If you are not registered, the Government is not responsible with providing firms with notification of issuance of any documents associated with this solicitation. If your firm is not registered, the Government is not responsible with providing notification of any changes to this solicitation. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet 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 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 an offerors inability to access the document at the referenced website. SUBMITTAL REQUIREMENTS: See the solicitation for submittal requirements. To be eligible for contract awards, a firm must be registered in the System for Award Management (SAM) database. Register via the internet site at http://www.sam.gov. In order to register with SAM, all firms must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS identifier can be obtained free of charge by contacting Dun & Bradstreet on-line at: https://eupdate.dnb.com/requestoptions.asp or by phone at (888) 814-1435. By submitting an offer the offeror acknowledges the requirement to be registered in the SAM database prior to award during performance, and through final payment of any contract resulting from the solicitation. Prospective bidders must be registered with SAM prior to award of any contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133F-16-RP-0044/listing.html)
 
Place of Performance
Address: Bon Secour Bay, Alabama., Bon Secour Bay, Alabama, United States
 
Record
SN04021204-W 20160218/160216234815-79873b2cddd62ee5522aedb6ef30f694 (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.