SOLICITATION NOTICE
Z -- Design-Build repair of Leone Village Bridge, Route 001/009 Island of Tutuila, American Samoa.
- Notice Date
- 4/7/2011
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A11R0009
- Response Due
- 5/23/2011
- Archive Date
- 7/22/2011
- Point of Contact
- Sonia J Boyd, 808-438-1776
- E-Mail Address
-
USACE District, Honolulu
(sonia.j.boyd@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PURPOSE: The Honolulu District U. S. Army Corps of Engineers intends to issue a Request for proposal (RFP) for a firm fixed price (FFP) Design-Build repair of Leone Village Bridge, Route 001/009 Island of Tutuila, American Samoa. The solicitation number for this project is W9128A-11-R-0009. PROJECT DESCRIPTION: This project description is not intended to be all encompassing in the descriptions. The requirement is to Design-Build a new concrete, single span, two Lane Bridge with sidewalks on both sides to replace the existing damaged Leone on Route 001/009. Associated work will include construction of a temporary bridge structure to maintain vehicular traffic; road pavement/realignment; utility relocation: clearing/grading; erosion protection; drainage improvements and misc work. NAICS AND SIZE STANDARD: The NAICS code for this project is 237310 with a small business size standard of $33,500,000. COMPETITION: RFP W9128A-11-R-0009 shall be unrestricted to promote full and open competition. The Government intends to award in accordance with FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) Source Selection Process. The project specifications and project location will be defined in the Solicitation document. The solicitation will require a Bonding and insurance. The Contract will require payment and performance bonds for 100% of the contract price. Offerors must have sufficient bonding capacity. Liquidated Damages will be specified DISCLOSURE OF THE MAGNITUDE OF THE CONSTRUCTION PROJECT: The disclosure of magnitude range is between $5,000,000 and $10,000,000. SOLICITATION RELEASE DATE: The anticipated release date for RFP W9128A-11-R-0009 is on or about April 22, 2011, with a projected proposal submission date of May 23, 2011. CENTRAL CONTRACTOR REGISTRATION (CCR): All contractors must be registered and current in the DOD's Central Contractor Registration (CCR) database as required by DFARS 204.7300. Offerors must be successfully registered and current in the CCR, www.ccr.gov, in order to receive a Government contract award. Registration information may be obtained by phoning 1-888-227-2423 or by accessing the internet website at http://www.ccr.gov. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA): ORCA is an e-Government initiative that replaced the paper based Representations and Certifications (Reps and Certs) process. Offers must have their Reps and Certs current and available online in ORCA, https://orca.bpn.gov, prior to receiving a Government contract award. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. This acquisition will be awarded in accordance with FAR 15.101-2, utilizing the Lowest Price Technically Acceptable process and best value is expected to result from the selection of the technically acceptable proposal with the lowest evaluated price. Please do not send questions to this notice as it is only a Pre-Solicitation Notice. Questions will be accepted only after the Solicitation has been published. The RFP documents for this procurement will be posted on the Army Single Face to Industry (ASFI) database. You can access these files from the Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, all potential bidders responsibility to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be providing any other methods of information dissemination. The official media of distribution for this solicitation is WEB ONLY. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is Sonia Boyd, telephone: 808-438-1776, email: sonia.j.boyd@usace.army.mil. Any communications regarding this procurement must be made in writing and forwarded via email and must identify the RFP number, company name, address, email address, phone number including area code, facsimile number, and point of contact. NOTE: This Notice is being issued for planning and informational purposes only. It does not constitute a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A11R0009/listing.html)
- Place of Performance
- Address: USACE District, Honolulu Building 230, Fort Shafter HI
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN02419056-W 20110409/110407234110-3a0fd044a2a3257b4222369698cf562d (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 |