SOLICITATION NOTICE
Y -- Strayhorn Gate Shack, Gate Attendant Pads and Playground Installation
- Notice Date
- 8/15/2017
- Notice Type
- Presolicitation
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV17R0063
- Point of Contact
- Diane Cianci, Phone: 9186697458
- E-Mail Address
-
diane.cianci@usace.army.mil
(diane.cianci@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (1) Action Code: Synopsis (Pre-solicitation notice) (2) Date: August 15th (3) Year: 2017 (4) Contracting Office Zip Code: 74128-4609 (5) Classification Code: Y (6) Contracting Office Address: USACE/Tulsa District 1645 S. 101 E. Avenue, Suite 350 Tulsa, Oklahoma (7) Subject: Strayhorn Gate Shack, Gate Attendant Pads and Playground Installation Tenkiller Dam, Tenkiller Lake, Oklahoma (8) Solicitation Number: W912BV17R0063 (9) Close Response Date: 15th Sept, 2017, at 14:00 (2:00 PM) CST (10) Contract Point of Contact: Diane Cianci (11) Description: a. This synopsis is for Construction Services prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 5.2, as supplemented with additional information included in this notice. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award a contract for the contractor shall provide all labor, materials, tools, equipment, and other items required to install new campground pads build, one (1) granular (gravel) sub-base pad which will be built for the purpose of installing one CXT Prefabricated Gate Shack, restore the swim beach area, and install a new campground playground. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. b. The Solicitation Number for this acquisition is W912BV17R0063 and a separate attachment (SF1442) will be issued as a Request for Proposals (RFP). c. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 19 Jan 2017. d. This requirement is being solicited as 100% Small Business Set-Aside under North American Industry Classification System (NAICS) code 238120 (Structural Steel and Precast Concrete Contractors) with a size standard of $15,000,000.00. e. Award will be made as a Firm-Fixed Price contract to the vendor that can fulfill the requirements specified in the Statement of Work (SOW). No formal source selection, listed under FAR part 15, will be used for this requirement. This requirement will be awarded to the lowest priced proposal meeting or exceeding the acceptability standards and time frame specified in the solicitation. f. Price and Past Performance will be evaluated in accordance with in DFARS 213.106-2(b)(i)(B)&(C). Past Performance history shall be evaluated for each supplier's past performance history in the Past Performance Information Retrieval System (PPIRS). Special attention will be given to the PSC of the construction services being purchased. Award will be made to the supplier whose proposal represents the best value to the Government quoting the lowest price and that has anything other than an "Unsatisfactory" rating in PPIRS. g. Davis-Bacon Wage Decision No. OK170027 Heavy dated 01/06/2017; is applicable to this procurement. h. FAR Provisions and Clauses applicable to this acquisition are provided on an attached SF1442 and are incorporated in their entirety. Each offer is required to fill out and sign the SF1442 and return a signed copy along with their proposal by the closing date and time listed. i. All proposals shall be submitted electronically in accordance with the instructions listed in the solicitation to Diane Cianci at diane.cianci@usace.army.mil. If there are any amendments to this requirement, all amendments must be acknowledged, signed, and electronically submitted with the proposal at time proposals are due. j. For information regarding this solicitation, the USACE Point of Contact is Ms. Diane Cianci at 918-669-7458, diane.cianci@usace.army.mil or Mr. Bruce E. Hayes, 918-669-7458, bruce.e.hayes@usace.army.mil. Please email any questions you may have regarding this effort to diane.cianci@usace.army.mil and the Contracting Officer will coordinate a response. All questions must be received no later than 13 September 2017 @ 2:00PM (1400) Central Standard Time. k. All vendors are highly encouraged to attend the Site Visit which will be scheduled later. (12) Place of Performance: Tenkiller Dam, Tenkiller Lake Oklahoma. (13) Set Aside Status: This solicitation is a total small business set aside. (14 Specifications will be available on 31 Aug 17.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV17R0063/listing.html)
- Place of Performance
- Address: Tenkiller Dam, Tenkiller Lake, Gore, Oklahoma, 74435, United States
- Zip Code: 74435
- Zip Code: 74435
- Record
- SN04629269-W 20170817/170815232038-e606c4f15a29b832984e1254cfa1ddad (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 |