SOLICITATION NOTICE
Y -- Lower Mississippi River Museum and Interpretive Site, Warren County, MS, Fairground Street Bridge and Overlook Features
- Notice Date
- 1/19/2011
- Notice Type
- Presolicitation
- NAICS
- 712120
— Historical Sites
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-11-R-0008
- Response Due
- 3/4/2011
- Archive Date
- 5/3/2011
- Point of Contact
- Janalyn H. Dement, 601-631-5354
- E-Mail Address
-
USACE District, Vicksburg
(janalyn.h.dement@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: This solicitation will be issued as a Request for Proposal (RFP). One (1) Fixed Price Contract will be negotiated and awarded. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 Best Value. The estimated value of this work is between $1,000,000 and $5,000,000. The anticipated contract award date is May 2011. The work will be accomplished in Vicksburg, Mississippi. This procurement is unrestricted. The small business size standard is $7.0 million and the NAICS code 712120, FSC code V301. If large business, a subcontracting plan is required to be submitted with the proposal. 2. PROJECT INFORMATION: The work consists of furnishing all plant, labor, materials and equipment. The contractor shall remove the existing Fairground Street Bridge, including the two Limestone piers. The bridge shall be moved to a site chosen by the contractor for rehabilitation in accordance with the contract. The bridge shall then be moved to the Lower Mississippi River Museum and Interpretive site, located in the downtown area of Vicksburg, Mississippi. After moving the Bridge to the Lower Mississippi River Museum and Interpretive site, the contractor shall then re-erect the piers and bridge on the site. Other principle features of work include mobilization and demobilization, temporary project fencing, demolition and disposal of toxic waste, concrete footings, excavation, fill, backfill, landscaping, site furnishings, MSE retaining wall repairs, observation deck, connector bridge, irrigation, and appurtenances, and all associated work required at the site and all work incidental thereto, and environmental protection. 3. SELECTION CRITERIA: (PROPOSAL EVALUATION AND CONTRACT AWARD) Proposal Evaluation. The proposals will be evaluated by a Source Selection Evaluation Board (SSEB) made up of qualified personnel. Board members will not be available for contact or discussion prior to submission of proposals. The Best Value selection process will have two distinct phases. Phase-I will be the pre-qualification process, where the Government will select 2 to 5 Contractors on the basis of Project Organization and Personnel, Offeror's Experience and Resource Commitment, Management Control Systems, Past Performance, and Financial Capacity. The elements are listed in descending order of importance with Project Organization and Personnel being the most important and the remaining elements becoming increasingly less important. Only the selected Contractors will then qualify for the Phase-II of the process. In Phase-II of the procurement procedure, offerors will be given the opportunity to offer their technical and cost proposal. Final selection and basis for award of the contract will be on the basis of Qualifications, Technical Quality, Price, and Other Salient Factors considered to be in the Government's best interest. The elements are listed in descending order of importance with Qualifications being the most important and the remaining elements becoming increasingly less important. This award will be made to the offeror whom the Government determines is able to accomplish the necessary work and provide the required service to satisfy the objectives and requirements set forth in the Request for Proposals in a manner most advantageous to the Government. The Government may reject any or all proposals and waive minor informalities or minor irregularities in proposals. NOTE: ALL OFFERORS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD A CONTRACT, WITHOUT DISCUSSIONS WITH OFFERORS (OTHER THAN DISCUSSIONS CONDUCTED FOR THE PURPOSE OF MINOR CLARIFICATION). HOWEVER, THE GOVERNMENT RESERVES THE RIGHT TO CONDUCT DISCUSSIONS IF IT IS LATER DETERMINED BY THE CONTRACTING OFFICER TO BE NECESSARY, AT WHICH TIME DISCUSSIONS WILL BE CONDUCTED WITH ALL OFFERORS DETERMINED TO BE IN THE COMPETITIVE RANGE. THEREFORE, EACH INITIAL OFFER SHOULD CONTAIN THE OFFEROR'S BEST TERMS FROM A TECHNICAL AND COST OR PRICE (IF APPLICABLE) STANDPOINT. DO NOT ASSUME YOU WILL BE CONTACTED OR AFFORDED AN OPPORTUNITY TO CLARIFY, DISCUSS, OR REVISE YOUR PROPOSAL. Plans and Specifications will be available on the Federal Business Opportunities (FBO) Web Page at http://www.fedbizopps.gov/. Offerors may register on the Interested Vendor's List (IVL) at http://www.2fbo.gov/ and retrieve an IVL from the same location. All technical inquiries and questions relating to W912EE-11-R-0008 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. Compact disc and hardcopies will not be available. Offerors should check often for changes (Amendments). Issue date on or about February 1, 2011. Phase I of the Request for Proposal Due on or about March 4, 2011. The due date for Phase II of the Request for Proposal will be determined after evaluation/selections have been made for Phase I.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-11-R-0008/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN02362776-W 20110121/110119234411-2386b41e2a129889075f459ac3725c5d (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 |