Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2011 FBO #3345
SOLICITATION NOTICE

Z -- Synopsis for Missouri River Bank Stabilization and Navigation Project FY-11

Notice Date
1/19/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-11-R-1001
 
Response Due
2/10/2011
 
Archive Date
4/11/2011
 
Point of Contact
David M. Best, 816 389 3404
 
E-Mail Address
USACE District, Kansas City
(david.m.best@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Missouri River Bank Stabilization and Navigation Project FY-11 Missouri River, river mile 0-500, Multiple sites within the State of Missouri The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Construction Services type contract for the Missouri River Bank Stabilization and Navigation Project located from Missouri River mile 0 to 500 (within the river banks). The solicitation will be available on or about 10 February 2011 on the FedBizOps website at www.fbo.gov. The proposals will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The general scope of work includes, but is not limited to; Repairing dikes and revetments on the Missouri River from River Mile 0 (near St Louis, MO) to River Mile 498.4 (Rulo, NE). Repairs consist of placing new quarry-run stone as well as excavating notches in existing structures and salvaging and then replacing stone from specified dikes and revetments. All work to be performed will be completed by floating plant as no land access will be available. Contractor must have capability of mobilizing, loading, and unloading barges from accessible approved quarries along the Missouri River. Rock is typically placed or excavated by way of dragline or track-hoe from a work barge. New stone must be broken, quarry-run, durable stone, approved and tested, and weight no more than 3000 lbs. The number of structures will vary between 20-100 mile reaches specified in a construction schedule. This solicitation will be issued as Request for Proposals (RFP) which will result in the award of a single firm fixed price (FFP) Indefinite Delivery / Indefinite Quantity (IDIQ) construction contract. The contract will include a base year and four option years. The first task order will be issued in conjunction with the base year contract. The solicitation will include the following known options: Option Year One Option Year Two Option Year Three Option Year Four If the option schedule is changed prior to release of the solicitation, the pre-solicitation announcement will be modified. If the option schedule is changed after release of the solicitation, the solicitation will be amended accordingly. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $5,000,000 and $10,000,000. The North American Industry Classification System (NAICS) Code for this project is 237990, and the size standard is $33,500,000.00. This procurement will be made utilizing the policies and procedures for full and open competition. Proposals received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 15. This solicitation will be a full and open Request for Proposal (RFP), with an award based on "Lowest Priced Technically Acceptable" (LPTA). The solicitation will include a detailed list of evaluation factors, including any subfactors or elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evaluation factors will be issued by amendment. - - - THIS SOLICITATION WILL BE UNRESTRICTED - - - Therefore, this project is open to both large and small business, and proposals for all responsible sources will be considered by the agency. If a source is a large business, and the proposal exceeds $1 Million, that offeror will be required to submit a Small Business Subcontracting Plan with goals based on percentage of total subcontracted dollars. The targeted goal percentages for this project are: Small Business, 50.0%, Small Disadvantaged Business, 17.0%, Women-Owned Small Business, 18.0%, HUB Zone Small Business, 10.0%,Veteran-Owned Business, 8.5%, Service-Disabled Veteran-Owned Small Business, 4.0% Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Prot g Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement. HOW TO OBTAIN A COPY OF THE SOLICITATION - - - To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. PLEASE NOTE: CCR REQUIREMENTS: Prior to submitting a proposal, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained and online registration may be accomplished at www.ccr.gov. One can also contact the Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. ORCA REQUIREMENTS: Offerors are required to complete ORCA requirements prior to submitting their proposal. ORCA may be accomplished at http://orca.bpn.gov. POINTS-OF-CONTACT: The point-of-contact for administrative for contractual questions is David Best. Mr. Best can be reached at 816-389-3404 or by e-mail at David.m.Best@usace.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is Mr. Dereck Wansing. Mr. Wansing can be reached at 816-389-3362 or by e-mail at Dereck.F.Wansing@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-R-1001/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 647 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02362476-W 20110121/110119234140-27ecdf3eeefbce493583bea291fc20f9 (fbodaily.com)
 
Source
FedBizOpps 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.