Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2018 FBO #5920
SOLICITATION NOTICE

X -- Regional Hydraulic Dredging for the Ohio River and Tributaries

Notice Date
2/5/2018
 
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, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR18B0001
 
Point of Contact
Magdalena Bernard, Phone: 5023156215
 
E-Mail Address
magdalena.bernard@usace.army.mil
(magdalena.bernard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bid (IFB) W912QR-18-B-0001, for Regional Hydraulic Dredging Activities for the Ohio River and Tributaries. Lease of Dredge, Attendant Plant, and On-Shore Disposal Equipment for channel Maintenance Dredging, Ohio River RM 150.0 - 981.0 and Ohio River Pooled Tributaries, Cumberland River RM 0.0 - 105.0 and Upper Mississippi River RM 0.0 - 185.00. Furnish, transport, and operate one cutterhead pipeline dredge with attendant plant for maintenance of the navigation channel. This contract will have a base year and two one year option periods. The estimated price range is between $10,000,000.00 and $21,000,000.00. A task order will be issued against the IDIQ contract after the contracted is awarded. This will be a Sealed Bid (IFB) Procurement and award will be made based on lowest price. The Contract Duration is Three Years (Base and two option years) from Award. TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) Single Award Task Order Contract (SATOC) with a $24,000,000 total contract capacity. The North American Industrial Classification System Code (NAICS) for this effort is 237990. TYPE OF SET-ASIDE: This acquisition will be Full and Open. SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a sealed-bid selection process where award will be made to the lowest responsive/responsible bidder. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and 25,000,000 in accordance with DFAR 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 20 February 2018. Details regarding the Optional Site Visit will be included in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. 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, Magdalena Bernard at magdalena.bernard@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18B0001/listing.html)
 
Place of Performance
Address: Ohio River and Tributaries, Ohio, United States
 
Record
SN04810477-W 20180207/180205231130-6d3d65a211ca6e9e9bdbadaf1e44bf80 (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.