Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2024 SAM #8081
SOLICITATION NOTICE

Z -- RIO PUERTO NUEVO FLOOD CONTROL PROJECT, SUPPLEMENTAL CONTRACT 2, ROOSEVELT AVENUE BRIDGE REPLACEMENT, SAN JUAN, PUERTO RICO

Notice Date
1/10/2024 7:46:00 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP23R0003
 
Response Due
1/12/2024 11:00:00 AM
 
Archive Date
01/09/2025
 
Point of Contact
Anelis NAZARIO CASTILLO, Phone: 9042323285, Melaine ROBLES, Phone: 7608225699
 
E-Mail Address
anelis.i.nazario-castillo@usace.army.mil, melaine.e.robles@usace.army.mil
(anelis.i.nazario-castillo@usace.army.mil, melaine.e.robles@usace.army.mil)
 
Awardee
null
 
Description
The Request for Proposal (RFP) is issued on August 31, 2023 and offers will be due on November 29, 2023.PROJECT LOCATION: San Juan, Puerto RicoPROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Jacksonville District, is issuing a Request for Proposal to award a single firm fixed-price contract. This requirement is for the replacement of the existing Franklin Delano Roosevelt (FDR) Bridge structures with a single structure, and the widening and deepening of the existing channel via two drilled shaft walls in the vicinity of the bridge for incorporation into a larger flood control project. The bridge replacement will include the construction of a temporary bridge structure and all necessary maintenance of traffic operations. Each wall is approximately 500 feet long with exposed heights ranging from 24 feet to 31 feet and will be tied together with a cap beam. Construction of the walls will require temporary sheet piling to maintain a minimum flow area for bypass flows. Other work shall include water, telecommunications, electrical utility relocations, demolition of existing structures, riprap scour protections, and implementation of new storm water inlets for drainage across the wall into the channel.The Magnitude of construction is between $25,000,000.00 and $100,000,000.00. The Estimated Period of Performance: 1,661 calendar days after Notice to Proceed. The NAICS Code 237990, size standard $45 million. THIS IS AN UNRESTRICTED ACQUISITION.Please reference Notice ID W912EP23Z0023 which contained draft Solicitation related to Rio Puerto Nuevo Flood Control Project, Supplemental Contract 2. The Government received questions as a result of the posting of draft solicitation under Notice ID W912EP23Z0023. This is to advice the Government is in the process of finalizing addressing questions submitted and will be providing answers via ProjNet and via posting as an attachment to this official solicitation. The HubZone preference in accordance with FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer.Award will be made to the offeror whose proposal represents the best value to the Government. Proposals will be evaluated in the areas of technical merit, past performance, small business participation and price. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, Source Selection Procedures. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the SAM website at www.sam.gov. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/.The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to www.sam.gov for electronic downloading. This will normally 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. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing via ProjNet. Instructions on how to access ProjNet will be included in the solicitation. All answers will be provided in writing via ProjNet and posting to the SAM.gov website.The only authorized transmission method for a proposal in response to this solicitation is electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. NO OTHER TRANSMISSION METHODS (EMAIL, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.) WILL BE ACCEPTED. The offeror?s proposal must be received by the Government by the date/time specified in the solicitation. Offerors shall submit their proposal via the PIEE website?s Solicitation Module using the following link: https://piee.eb.mil/. Instructions on how to submit a proposal can be found using the following link: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e9113d6762d74d2b8c4390b0a03d14d3/view)
 
Place of Performance
Address: San Juan, PR, USA
Country: USA
 
Record
SN06932091-F 20240112/240110230046 (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.