Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

Y -- Obey River Campground Sewer Line Phase II

Notice Date
7/1/2024 9:48:28 AM
 
Notice Type
Solicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W072 ENDIST NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P524B0002
 
Response Due
7/23/2024 11:00:00 AM
 
Archive Date
09/30/2024
 
Point of Contact
Andrew Roth, Phone: 6157367793, Dellaria Martin, Phone: 6157367986
 
E-Mail Address
andrew.r.roth@usace.army.mil, dellaria.l.martin@usace.army.mil
(andrew.r.roth@usace.army.mil, dellaria.l.martin@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Amendment 0001:The purpose of Amendment 0001 is to:� a.) Provide revised Technical Plans, Specifications, and updated Bid Schedule.� b.) Provide updated Construction Wage Determinations.� c.) Provide the Pre-Bid Site Visit Sign-In Sheet.� d.) Provide Government answers to Contractor Questions in Projnet Bidder Inquiry.� e.) Extend the deadline for Receipt of Bids from 15 July 2024 to 23 July 2024 at 1:00PM Central Time.� f.) Update FAR Provision 52.252-3, Alterations in Solicitation.� Anticipated Release Date for Amendment 0002: Amendment 0002 is anticipated to be issued on or about 11 July 2024.� ************************************************** PURPOSE: The Nashville District (LRN), U.S. Army Corps of Engineers (USACE), is issuing an Invitation for Bid (IFB) for a Firm Fixed-Price (FFP) Construction contract for the Obey River Campground Sewer Line Phase II Construction.� DESCRIPTION: The work will include construction of the Obey River Campground Sewer line network which includes selective clearing, partial removal of the existing sewer line, trench excavation, pipe construction to include assembly and construction of all pertinent sewer line components, connection to the existing sewer line network, disposal of removed pipe, construction of septic tank and lift stations, construction of leach field and all pertinent components, minor concrete placement, electrical work, some potential pavement replacement, granular backfill placement and compaction, in-situ material backfilling, seeding and mulching, and any incidental related work including survey of final pipe network and environmental protection. It is possible the Contractor will encounter rock during excavation operations. Location: Obey River Campground, Dale Hollow Lake Recreation Area, near Byrdstown, TN. Disclosure of Magnitude of the Proposed Construction Project: Between $1,000,000 and $5,000,000 NAICS CODE AND SBA SIZE STANDARD: 237110 - Water and Sewer Line, and Related Structures Construction; Size Standard $45.0M Set-Aside Type: 100% Small Business Delivery Date: 217 Calendar Days from the Notice to Proceed (NTP) Pre-Bid Site Visit: The pre-bid site visit has been scheduled for Thursday, 13 June 2024 at 10:30 AM Central Time (CDT), at Obey River Campground. The site visit request forms are attached. There will only be one site visit. Offerors should inspect the job site prior to submitting an offer. Offerors should take such other steps as may be reasonably necessary to ascertain the nature and location of the work and the general and local conditions that can affect the work or the cost thereof. Failure to do so will not relieve offerors from the responsibility for properly estimating the difficulty or cost of successfully performing the work. The Government assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, agents or employees, unless included in the solicitation, the specifications or related documents. REGISTRATION: Only registered persons will be permitted to attend the pre-bid site visit. In addition to the information below, please also provide your firm's name, firm's CAGE and/or Unique Entity Identifier (UEI), and name and position title of primary point-of-contact and their telephone number and email address. Please provide this information via email to Andrew Roth at andrew.r.roth@usace.army.mil and Dellaria Martin at dellaria.l.martin@usace.army.mil.Contractors and/or potential contractors wishing to attend a pre-bid meeting held at or in LRN restricted/controlled areas (such as a Power Plant or Navigation Lock) shall submit a Nashville District (LRN) Security Access Form to the Contract Specialist five (5) days prior to the site visit. If submitting the document in less than five days, the Offeror may not receive approval for participation.The Contract Specialist will notify the Contractor if the request is approval or denied. Any Prebid meeting which will cover anything other than public domain information shall be limited to US Citizens, except under unique circumstances. The Security Access Form and guidance is available at https://www.lrn.usace.army.mil/Business-With-Us/Contracting. U.S. CITIZENS: The Offeror shall submit a Nashville District Corps of Engineers U.S. Citizen Security Request Form to the LRN Point of Contact, Contract Specialist Andrew Roth via email (andrew.r.roth@usace.army.mil) no later than five calendar days prior to the site visit. If submitting the document in less than five days, the Offeror may not receive approval for participation. The LRN POC will notify the individual(s) if the request is approved or denied. The Security Access Form and guidance is available as a pdf attachment on sam.gov with this pre-solicitation and is titled U.S. Citizen Security Request Form. FOREIGN NATIONALS (FNs): All non-U.S. Citizens, including permanent residents wishing to attend the site visit must be approved in advance. FNs wishing to attend a site visit shall submit a completed Nashville District Corps of Engineers Foreign National Security Request 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 1-551 stamp or attached INS Form 1-94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form 1-151 or 1-551), unexpired Temporary Resident Card (INS Form 1-688), unexpired Employment Authorization Card (INS Form 1-688A), unexpired Reentry Permit (INS Form 1-327), unexpired Refugee Travel Document (INS Form 1-571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN Point of Contact, Contract Specialist Andrew Roth, who will forward the documents to the LRN-SM mailbox (dll-celmsm@usace.army.mil) for approval. These documents must be submitted no less than five (5) days prior to the site visit. FN requests require approval at the Headquarters U.S. Army Corps of Engineers (HQUSACE) level. Exceptions will be considered on a case-by-case basis but will be limited. The form is available as a pdf attachment on sam.gov with this presolicitation and is titled Foreign National Security Request Form. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors are required to be registered in the System for Award Management (SAM) database (https://sam.gov) and PIEE at the time a bid is submitted in order to comply with the annual representations and certifications requirements. Registration for PIEE is required as this is the only place bids shall be submitted. ADDITIONAL INFOMRATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the SAM.gov website, https://sam.gov and PIEE Solicitation Module. It is and will continue to be the responsibility of all potential offerors to monitor the SAM.gov website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list.� Information regarding the U.S. Army Corps of Engineers process for settling requests for equitable adjustments and duration goals to achieve definitization of equitable adjustments for change orders under construction contracts can be found by going to �https://www.usace.army.mil/Business-With-Us/Partnering/ then clicking on �View FFP Contract Changes Playbook Here�.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e966f6cd82d045deacf824ecdc242de6/view)
 
Place of Performance
Address: Monroe, TN 38573, USA
Zip Code: 38573
Country: USA
 
Record
SN07113711-F 20240703/240701230108 (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.