SOLICITATION NOTICE
Y -- National Starch Levee System - Relief Wells
- Notice Date
- 7/23/2012
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures 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-12-B-1032
- Response Due
- 8/7/2012
- Archive Date
- 10/6/2012
- Point of Contact
- William Joshua Hill, 816-389-3827
- E-Mail Address
-
USACE District, Kansas City
(william.j.hill@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- National Starch Relief Wells The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Firm Fixed Price Construction Services type contract for the construction of a series of relief wells within the National Starch Levee System, located in Kansas City, Missouri. The solicitation will be available on or about 7 August 2012 on the FedBizOps website at www.fbo.gov. The Bids will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. National Starch Relief Wells: The work includes constructing seven pressure relief wells near the landward mid-slope toe of the North Kansas City levee embankment; construct discharge lines from the pressure relief wells to the existing pump station; perform all pressure relief well development; perform all pressure relief well testing; and restore the site. This solicitation will be issued as an Invitation for Bid (IFB) which will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction project will be noted in the actual solicitation. This award is subject to funding and real estate issues. 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 $1,000,000.00 and $5,000,000.00. The North American Industry Classification System (NAICS) code for this project is 237110, and the size standard is $33,500,000.00. This solicitation will be issued as a Full and Open Competitive Acquisition. Bids received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 14. An award will be made to the lowest responsive bid and from a responsible source. Bids will not be accepted or considered by email or other forms of electronic means. 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. Bidders 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 a bidder's inability to access the document at the referenced website. If you experience any difficulties you may need to adjust your firewall or security measures on your computer. Please do not call requesting additional information. The Corps of Engineers has provided all the information we have at this time into this public announcement. We will immediately convey any vital information to the public if received. PLEASE NOTE: CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Online registration instructions may be obtained through the following website www.ccr.gov. One can also contact the Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. ORCA REQUIREMENTS: Bidders are required to complete ORCA requirements prior to submitting their bids. ORCA may be accomplished at http://orca.bpn.gov. Please note there are special requirements related to sending/hand delivering your bids to the federal building due to 9/11. Be sure to arrive early in case you have any problems with security. A valid photo identification card issued by the state or federal government will be required to enter the Federal Building (for example a driver's license, military identification card, passport, or an issued state or federal identification card). Keep in mind to plan ahead since this is the season for inclement weather. Keep in mind there is limited street parking around the Federal Building. POINTS-OF-CONTACT: The point-of-contact for contractual questions is Mr. Josh Hill. Mr. Hill can be reached at 816-389-3827 or by e-mail at william.j.hill@usace.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is Mr. Whitney Wolf. Mr. Wolf can be reached at 816-389-3315 or whitney.k.wolf@usace.army.mil. Contracting Office Address: USACE District, Kansas City, ATTN: CECT-NWK-C, 647 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896 Point of Contact(s): Josh Hill (816) 389-3827
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-12-B-1032/listing.html)
- Place of Performance
- Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN02812088-W 20120725/120723235657-d7c5415c61d4984c397ecc873cf29731 (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 |