Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2004 FBO #0906
SOLICITATION NOTICE

Z -- Major Rehabilitation/Major Maintenance, Stage II, Lock No. 19, Mississippi River, Lee County, Iowa

Notice Date
5/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-04-R-0004
 
Response Due
7/23/2004
 
Archive Date
9/21/2004
 
Point of Contact
Sally Duncan, 309/794-5628
 
E-Mail Address
US Army Engineer District, Rock Island
(sally.a.duncan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The description of work includes demolition; concrete removal; removal and disposal of existing original miter gates and frame; removal and loading of existing spare miter gates; dewatering lock chamber; cleaning and removal of silt loose rock, and d ebris from lock chamber near miter gate and tainter values; fabrication, delivery, and installation of new miter gate, pintle, quoin, embedded miter gate anchorages, and anchorage bars; construction of new downstream miter gate sill; removal and disposal o f asbestos-containing materials; removal and disposal of lead-based paint materials; concrete anchors; concrete placement; installation of premanufactored control stand booths; installation of lock bubbler system; removal and replacement of structural stee l and steel armoring; structural steel cleaning and painting; removal of miter gate and tainter valve machinery, and replacement with hydraulic machinery for miter gate, and tainter valves; hydraulic piping; concrete trenches for piping; modifications of l ift gate hydraulic power units and latching cylinder; replace lift gate position indicators; modification of light standards; removal and replacement of electrical power distribution, control wiring and equipment systems, including programming and installa tion of programmable logic controller (PLC) system; resurfacing asphalt entrance road and parking area; and seeding. The Contract Award will be made using Competitive Proposal negotiation procedures for achieving the Best Value to the Government through the Source Selection (Tradeoff) Process, and will be made to the offeror whose Technical and Price Proposal combined, m eets the Government's needs in the most effective, economical, and timely manner. The technical evaluation criteria Factors to be used to determine the Best Value to the Government in the evaluation of Technical Proposals in descending order of importance are: Factor 1: Technical Approach, Factor 2: Past Performance, Factor 3: Proposal Risk and Factor 4: Cost/Price. In addition to the above Technical Proposal, a Price Proposal will be required to be submitted using the Price Schedule and other required form s provided in the Request for Proposal (RFP). A Government Estimate will be prepared and will be used in the consideration of Price Proposals. Price reasonableness that matches an offeror's technical approach is considered critical in the Government's Pric e Proposal consideration; however, award of a Contract will not be based solely on the lowest Price Proposal, Significant, unexplained differences where proposed prices do not match a proposed technical approach and risk involved, may result in a Proposal being removed from the Competitive Range. The Government reserves the right to conduct discussions with all of the offerors within the Competitive Range. The Government also reserves the right to Award a Contract without discussions. All technical evaluati on criteria Factors other than Price when combined are significantly more important than Price. After the Government evaluates the Technical and Price Proposals received, the Contracting Officer will determine a Competitive Range. The Competitive Range wil l consist of all of the most highly rated Proposals against all technical evaluation criteria factors and Prices proposed. The Contracting Officer may limit the number of Proposals in the Competitive Range to the greatest number that will permit an efficie nt competition among the most highly rated Proposals in accordance with FAR 52.215-1. The estimated magnitude of the proposed procurement is between $10,000,000.00 - $25,000,000.00. Plans and Specifications will be provided on CD-ROM at no cost (Limit 1 C D-ROM per Offeror) on or about June 9, 2004. Parties interested in receiving a CD-ROM must registered at the following World-Wide-Web Internet address: http://www.mvr.usace.army.mil. An unofficial version of this solicitation will also be posted. Paper co pies will not be available from the Govern ment. The apparent successful offeror must be registered in the Department of Defense Central Contractor Registration (CCR) Database. No Contract Award will be made to an offeror until this requirement is met. Offerors not already registered in the CCR Dat abase are highly encouraged to do so via the following World-Wide-Web Internet address: http://www.ccr.gov. The North American Industry Classification System (NAICS) code for this procurement is 237990. The Small Business Size Standard is $28.5 Million. Th is procurement is unrestricted. Technical inquiries can be directed to Mr. Paul Holcomb at 309/794-5424. Arrangements for inspecting the project site can be made with: Area Engineer, Ms. Barbara Lester, Central Area Office, U.S. Army Corps of Engineers, 52 35 Grand Avenue, Davenport, Iowa 52807-1014, Telephone: 563/386-0572, or 563/386-0651 (Collect Calls Not Accepted). NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA25/W912EK-04-R-0004/listing.html)
 
Place of Performance
Address: US Army Engineer District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
Country: US
 
Record
SN00587836-F 20040520/040518212246 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.