Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

Y -- WOSB $15M Fort Polk ITAM SATOC

Notice Date
2/27/2020 7:41:56 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G20B0027
 
Response Due
3/9/2020 8:00:00 AM
 
Archive Date
03/24/2020
 
Point of Contact
Paige E Stone, Contract Specialist, Phone: 8178861124
 
E-Mail Address
paige.e.stone@usace.army.mil
(paige.e.stone@usace.army.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
AMENDMENT�1 posted on 27 February 2020, see attachment ""B3_Amendment 1"" This is an Invitation For Bid (IFB) solicitation. 1. CONTRACT INFORMATION: The Fort Worth District intends to award a single contract with an estimated maximum task order limitation of $3,000,000 and a minimum task order limitation of $2,500.� The maximum combination of all orders is not to exceed $15,000,000.� All task orders issued will be pre-priced firm-fixed price.� This action will be 100% set-aside for Women Owned Small Business (WOSB). SATOC: Each task order will be awarded pursuant to FAR & DFARS 16.505 Ordering and in accordance with the task order terms and conditions.� All contracts will remain active unless or until (1) the contractor has a documented past performance record of unsatisfactory; (2) contract expiration; (3) task order completion; (4) the capacity is reached; or (5) the contract is terminated for convenience or default by the Government. The estimated duration for the contract award will be an initial Base Period of twelve (12) months with up to four (4) Option Periods of twelve (12) months each, for a total not to exceed contract period of 60 months.� The Government reserves the right to award a contract for a lesser duration than stated herein; if it is determined in the best interest of the Government. 2. PROJECT INFORMATION: The scope of the contract is such that the Contractor shall provide all labor, materials, and equipment necessary to perform site preparation construction services.� Services required include but are not limited to; erosion, sediment, and pollution control; construction surveys; removal of water; site investigation; aggregate course; erosion control blanket; articulated concrete black system; earth fill; hauling; seeding; install poured in-place concrete; geocell system; sediment log; felling and bunching of standing timber; deep harrowing; geotextiles; excavation; riprap; clearing and grub; heavy mowing; smoothing; install seibert stakes; silt fence, type A, type B and type C; reinforced concrete culvert pipe and appurtenances; diversions and ditch cutouts; corrugated aluminum pip..� 3. SUBMISSION INFORMATION: All bid submissions shall be emailed to Paige Stone at paige.e.stone@usace.army.mil The North American Industrial Classification System (NAICS) code applicable to this project is 237990 �Other Heavy and Civil Engineering Construction�, which corresponds to FSC Y1AZ.� The Small Business Size Standard is $39.5 Million.� This procurement will be solicited in accordance with FAR 14, Sealed Bidding. There will be a public bid opening on 09 March 2020.� Plans and specifications will not be provided in a hard paper copy since electronic copy of the solicitation with specifications and drawings have been posted. �Prospective contractors must be registered in SAM prior to award. �Lack of registration in the SAM database will make an offeror ineligible for award. �Information on SAM registration can be obtained at http://www.sam.gov. The Primary Point of Contract for this project is Paige Stone, Contract Specialist, email is paige.e.stone@usace.army.mil.� All questions MUST be received through projnet for record.� The Government reserves the right to use only the Internet as notification of any amendments to this solicitation.� It is the offerors responsibility to view the websites daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the beta.SAM website.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a9a54a77a05944d9ba75040c8f70c0e6/view)
 
Place of Performance
Address: Fort Polk, LA, USA
Country: USA
 
Record
SN05574375-F 20200229/200227230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.