SOLICITATION NOTICE
Z -- Birds Point New Madrid Levee Restoration, Inflow
- Notice Date
- 3/9/2012
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-12-R-0009
- Response Due
- 3/28/2012
- Archive Date
- 5/27/2012
- Point of Contact
- Estella Blackman, (901) 544-0768
- E-Mail Address
-
USACE District, Memphis
(estella.c.blackman@usace.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Memphis District Corps of Engineers anticipates award of three (3) Multiple Award Task Order Contracts (MATOCs). The contracts will be used to perform work within the boundaries or assignments of the Memphis District (MVM). The work consists of a Multiple Award Task Order Contract (MATOC) for earthwork construction throughout the Memphis District; however, there is an emphasis that this contract will be used to reconstruct the upper, middle, and lower reaches of main line Mississippi River levee where it was crevassed in the spring of 2011 near Birds Point, New Madrid, MO. Construction will consist of levee embankment construction/enlargement, berm embankment, culvert installation/replacement, pipe and access well installation, and maintenance of existing projects within the Memphis District. The work consists of furnishing all plant, labor, materials and equipment for the work to be performed. The work includes, but is not limited to: clearing, stripping; grubbing; borrow pit development and excavation, channel excavation, processing for moisture control, construction of embankment, compaction, stockpiling of material; debris disposal; placement of geo-textile, filter material, riprap, culvert installation, relief well installation, pipe and access well installation, gravel surfacing and establishment of turf/seeding and mulching. This project will be located at various locations within the Memphis District. The proposed procurement will be a competitive Request for Proposal (RFP) resulting in three Firm Fixed Price, MATOC with a shared ceiling value Not to Exceed (NTE) $20,000,000.00 (for all contracts combined). The contract duration is for a base period plus two one-year option periods or whichever comes first. Option periods will be exercised at the Governments discretion. The duration of each contract period is not to exceed 365 days. This solicitation will be evaluated in accordance with the criteria described in the Request for Proposals with award of the contract to responsible offeror(s) whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the lowest price technically acceptable (LPTA) to the Government considering technical capability, prior experience, past performance, and price. The work under these contracts will be accomplished through the use of Firm-Fixed Price (FFP) task orders. As requirements develop, task orders will be competed among the three (3) MATOC contractors within the award pool. Task orders will be issued in accordance with DFARS 216.505-70, at the Government's option. The range of the estimated value of the work will be stated in each task order. The contractor will be required to commence work within ten (10) days after the Notice to Proceed and complete the work within the time period specified for each task order. The individual task order(s) will include provisions for liquidated damages in case of failure to complete the work within the time allowed. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. Proposal received in response to the solicitation will be evaluated in accordance with FAR 15.101-2 Lowest Price Technically Acceptable (LPTA) source selection process. The Government intends to award without discussions. This solicitation will be a HubZone set-aside. HubZone contractors must certify their HubZone status at time of offer and at time of award. The associated North American Classification Code is 237990 other Heavy and Civil Engineering Construction and small business size standard is $33,500,000.00. The magnitude for this project is more than $10,000,000. To be eligible for award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Firms can register via CCR internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-827-2423. Estimated Request for Proposal issue date will be on or about 28 March 2012. Proposals are anticipated to be on or about 01 April 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-12-R-0009/listing.html)
- Place of Performance
- Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
- Zip Code: 38103-1894
- Zip Code: 38103-1894
- Record
- SN02693557-W 20120311/120309235557-9a36679e76bcd8af138b140fe316adc9 (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 |