Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOLICITATION NOTICE

Y -- Fort Peck Toe Drain Outfall Repair and Monitoring System

Notice Date
1/5/2023 8:59:08 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F23B0002
 
Response Due
2/6/2023 12:00:00 PM
 
Archive Date
02/21/2023
 
Point of Contact
Lynne D. Reed, Phone: 4029952039, Daniel D. Monahan
 
E-Mail Address
lynne.d.reed@usace.army.mil, daniel.d.monahan@usace.army.mil
(lynne.d.reed@usace.army.mil, daniel.d.monahan@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*** USACE Omaha Office did not receive Bids for the Fort Peck Toe Drain Repair and Monitoring System.� Please continue to monitor SAM.GOV for more inforamtion. *** The U.S. Army Corps of Engineers (USACE) Omaha District hereby issues the Step-One IFB of a Full and Open Unrestricted Two-Step Invitation for Bid (IFB) that will result in one (1) Firm Fixed-Price contract for the Fort Peck Toe Drain Outfall Repair and Monitoring Project at the Fort Peck Dam, Fort Peck, Montana. PROJECT SCOPE:�The North American Industry Classification System (NAICS) Code is 237990 (Other Heavy and Civil Engineering Construction).�The contractor shall provide all personnel, equipment, tools, vehicles, supervision, and other items necessary to remove and replace the existing drain outfall perforated pipe and monitoring system at the downstream toe of the dam. The work will include but not limited to dewatering of the area if required, excavation, demolition, installation of new pipes, placement of new filter material, backfill, installation of manhole, and sodding and seeding.� TWO-STEP PROCUREMENT: This solicitation and resulting contract are using a Two-Step Sealed Bidding procurement method as described in FAR Part 14.5. The two-step procedure is a combination of competitive procedures designed to obtain the benefits of sealed bidding while ensuring only technically acceptable firms participate in the priced sealed bid.��The process allows for the Step One technical proposal submission and evaluation to be performed concurrent with the development of the final 100% technical specifications and construction drawings. Step One ensures that only technically acceptable firms participate in the Step Two sealed bid process.�� The Step One solicitation, issued as a Request for Technical Proposal, is expected to be available on or about 20 Dec 2022 via Contract Opportunities at�https://sam.gov/. The submission requirements of Step One, Request for Technical Proposal, shall not include any prices or pricing information.��Bid bonds / guarantees are not required to be submitted with the Step One technical proposal.��Under this bidding process, Step One consists of the request for submission, evaluation and (if necessary) discussion of a technical proposal. Only one (1) technical proposal may be submitted by each offeror. The proposals will be evaluated for technical acceptability. Again, the technical proposal must not include prices or pricing information. A notice of �acceptable� or �unacceptable� will be forwarded to each Step One offeror upon completion of the technical proposal evaluation and final determination.��The names of the offerors that submitted acceptable technical proposals will be listed on the Government�s�https://sam.gov/�website for the benefit of prospective subcontractors. In Step Two, an amendment to the solicitation will be issued along with the final 100% technical specifications and construction drawings to only those offerors whose technical proposals are determined to be acceptable in Step One.��The normal sealed bidding process in FAR Part 14 will be followed in Step Two. Only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions for Step One, will be considered for award. Each bid in Step Two must be based on the bidder's own technical proposal that was submitted, evaluated and determined to be acceptable in Step One.��Bidders must comply with the 100% technical specifications and construction drawings and the bidder�s acceptable technical proposal. Bid bonds will be required to be submitted with the Step Two bid submission. Payment and Performance Bonds will be required for the full amount (100%) at the time of contract award before the Notice to Proceed (NTP) can be issued. A site visit is tentatively scheduled for the 30 November 2022.��Individuals interested in attending must register in advance by sending a request that includes the attendee�s name, the firm being represented and the firm�s UEI Number NLT COB 29 Nov 2022. This will allow the Government to plan the best approach for the site visit based on the number of interested firms. Attendance may be limited to prime contractor participation.��E-mail all requests to lynne.d.reed@usace.army.mil. Interested prime contractors must have an active System for Award Management (SAM) registration. Firms can register via the SAM website at https://sam.gov/.��If an offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one (1) business/firm/entity. The point of contact for all questions/inquiries is Contract Specialist Ms. Lynne Reed at the email above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b6a93c69222246f9b5a26edddaaffe85/view)
 
Place of Performance
Address: Fort Peck, MT 59223, USA
Zip Code: 59223
Country: USA
 
Record
SN06557066-F 20230107/230105230107 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.