Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2018 FBO #5991
SOLICITATION NOTICE

Z -- Dale Hollow Elevator Modernization - U.S. National Site Visit Registration Form - Foreign National Site Visit Registration Form

Notice Date
4/17/2018
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
 
ZIP Code
37202-1070
 
Solicitation Number
W912P518B0007
 
Point of Contact
Debra Barlow, Phone: 6157367933
 
E-Mail Address
debra.a.barlow@usace.army.mil
(debra.a.barlow@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Site Visit site visit PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) intends to issue an Invitation for Bid (IFB) solicitation for a Construction Contract for modernization of freight elevator at Dale Hollow Power Plant in Clay County, Tennessee. THIS IS A PRE-SOLICITATION NOTICE. This notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance. This description is not intended to be all encompassing and is subject to change. NAICS CODE AND SBA SIZE STANDARD: The NAICS code for this project is 238290 with a size standard of $15,000,000. TYPE OF SET-ASIDE: 100% Small Business Set-Aside SOLICITATION AND CONTRACT TYPE: It is anticipated that from the IFB Solicitation, the Government will award one Firm-Fixed Price Construction Contract to the company that provides the lowest priced bid who is determined to be responsive and responsible. DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The disclosure of magnitude range is between $250,000 and $500,000. PERIOD OF PERFORMANCE: The anticipated contract period is Two-hundred Eighty (280) calendar days after notice to proceed (NTP). SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is around May 2, 2018. The technical specifications will be available at the time of solicitation release. SYSTEM FOR AWARD MANAGEMENT (SAM): Bidders must be successfully registered in the SAM, www.sam.gov, in order to receive a Government contract award. Bidders must have their representations and certifications available on-line in SAM or provide them with their bid in order to receive a Government contract award. Assignment of a CAGE Code can take up to ten (10) business days after completion of SAM registration. Bidders are highly encouraged to register as soon as possible. SITE VISIT: The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, bidders are urged and expected to inspect the site where the work will be performed. Please refer to the solicitation, once posted, for the exact date and time of the site visit. No other site visit will be scheduled or granted. Once posted; the solicitation will include the latest information on the organized site visit. (a) Tentatively; an organized site visit has been scheduled for- Tuesday, 15 May 2018 at 10:00 AM Central Time (b) Participants will meet at- Dale Hollow Power Plant 305 Power House Road Celina, TN 38551 (c) Questions from the site visits shall be due no later than 2:00 p.m. CST, 17 May 2018. Please submit all questions to Contract Specialist Debra Barlow at email address: Debra.a.Barlow@usace.army.mil. Questions received after this deadline will not be addressed. *NOTE: All participants are required to have personal safety equipment, i.e. hard hat and safety toe shoes. Safety equipment will not be provided. This is mandatory. Contractors who do not have these items present at the Site Visits will not be able to participate in the visit. REQUIREMENT TO REGISTER TO ATTEND SITE VISIT: Only registered persons will be permitted to attend the site visit. In addition to the below information, please also provide your name of firm, firm's CAGE and/or Unique Entity Identifier number (DUNS number), name and position title of primary point of contact and their telephone number and email address. Only two persons from each business entity will be permitted to attend. U.S. Citizens: To register, U.S. citizens interested in attending the site visit must submit a Nashville District (LRN) Security Access Form to the Point of Contract (POC), Debra Barlow via email at debra.a.barlow@usace.army.mil no later than May 9, 2018, 2:00 PM Central time. If submitting the form in less than two business days, the person may not receive approval for participation. Notification of approval or denial will be provided prior to the date of the site visit. The form is available as a pdf attachment on www.fbo.gov with this pre-solicitation and is titled as U.S. National Site Visit Registration Form. Foreign Nationals (FNs): FNs wishing to attend the site visit shall submit a completed LRN FN Security Form and legible color copies of two of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N-550 or N-570), unexpired foreign Passport with I-551 stamp or attached INS Form I-94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form I-151 or I-551), unexpired Temporary Resident Card (INS Form I-688), unexpired Employment Authorization Card (INS Form I-688A), unexpired Reentry Permit (INS Form I-327), unexpired Refugee Travel Document (INS- Form I571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN POC. These documents must be submitted ten (10) days prior to the site visit. Exceptions will be considered on a case by case basis but will be limited. The form is available as a pdf attachment on www.fbo.gov and is titled as Foreign National Security Access Form. Additional guidance is available at http://www.lrn.usace.army.mil/Portals/49/docs/Security/Sec%20508%20Foreign%20National%20Sec%20Access%20Form%20JUN%202014.pdf ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, the responsibility of all potential bidders to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is Debra Barlow, telephone: 615-736-7933, email: debra.a.barlow@usace.army.mil. Any communications regarding this procurement must be made in writing via e-mail. It must identify the Solicitation number, company name, address, e-mail address, phone number including area code, facsimile number, and point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P518B0007/listing.html)
 
Place of Performance
Address: Celina, Tennessee, 38551, United States
Zip Code: 38551
 
Record
SN04892747-W 20180419/180417231053-e914bca7996400b5c1b75d490ee05d54 (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.