Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2019 FBO #6321
MODIFICATION

Y -- Lucus Park Road Repairs

Notice Date
3/13/2019
 
Notice Type
Modification
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Attn: CENWK-CT 635 Federal Building 60l East 12th Street Kansas City MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ19B1003
 
Point of Contact
Tamika Williams, Contract Specialist, Phone 816-389-3157, - Christopher May, Contracting Officer, Phone 816-389-2217
 
E-Mail Address
tamika.l.williams@usace.army.mil, christopher.r.may@usace.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Firm Fixed Price (FFP) Construction contract for Lucas Park Road Repairs. The project is located near the Wilson Dam project site within Lucas Park as indicated on drawings. The exact location will be shown by the Program Manger or Contracting Officer's Representative. The solicitation will be available on or about 5 April 2019, on the FedBizOps website at www.fbo.gov. The Bids will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. General Scope of Work: The work includes but is not limited to pavement demolition, slope excavation and reconstruction, pavement construction and incidental related work. The work will also include construction of sand drains on the reconstructed embankment slope. This solicitation will be issued as an Invitation for Bid (IFB) which will result in the award of a single FFP construction contract. The estimated performance period for completion of construction project will be noted in the actual solicitation. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the Government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. A site visit will be conducted. Time, exact location and point of contact information will be provided in the solicitation. The estimated magnitude of this project is between $500,000 and $1,000,000. The North American Industry Classification System (NAICS) code for this project is 237310 - Highway, Street and Bridge Construction; Small Business Size Standard: $36.5 Million. This solicitation will be issued as a 100% Small Business set-aside. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Business sources may submit a bid, which will be considered by the agency. Bids received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 14. Bids will not be accepted or considered by email or other forms of electronic means. THE GOVERNMENT RESERVES THE RIGHT TO MODIFY OR CANCEL THIS SYNOPSIS. 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 only 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 a bidder's inability to access the document at the referenced website. If you experience any difficulties you may need to adjust your firewall or security measures on your computer. Please do not call requesting additional information. The Corps of Engineers has provided all the information we have at this time into this public announcement. We will immediately convey any vital information to the public if received. System for Award Management (SAM): In accordance with FAR 4.1102 the prospective awardee shall be registered and active in SAM. Instructions for new registration are located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf to register. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. **SAM NOTARIZED LETTER PROCEDURES: An original, signed, and notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number is now required within 30 days of activation for both NEW SAM.gov entity registrations and EXISTING entity updates or renewals. Failure to do so within 30 days of activation may result in the registration no longer being active. The notarized letters MUST BE POSTAL SERVICE MAILED (not emailed or faxed) to the "FEDERAL SERVICE DESK" and must contain the information outlined in the "instructions for domestic entities" or "instructions for international entities" located at https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of­ systems-management/integrated-award-environment-iae/sam-update. Templates for appointing an Entity Administrator are included within the respective instructions.** Submission Notes: Please note there are special requirements related to sending/hand delivering your bids to the federal building. Be sure to arrive early in case you have any problems with security. A valid photo identification card issued by the state and recognized by the federal government or federal government will be required to enter the Federal Building (for example a federally approved driver's license, military identification card, passport or an issued state or federal identification card). Keep in mind there is limited street parking around the Federal Building. The points of contact for this matter: Contract Specialist: SSG Tamika Williams at 816-389-3157 or tamika.l.williams@usace.army.mil Contracting Officer: MAJ Christopher R. May at 816-389-2217 or christopher.r.may@usace.army.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ19B1003/listing.html)
 
Place of Performance
Address: Lucas Park Wilson Lake, KS
Country: US
 
Record
SN05249188-F 20190315/190313230124 (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  © 1994-2020, Loren Data Corp.