Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2015 FBO #4979
SOLICITATION NOTICE

Y -- Turkey Creek Missouri Interceptor

Notice Date
7/10/2015
 
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-15-R-1023
 
Response Due
7/24/2015
 
Archive Date
9/8/2015
 
Point of Contact
ROBERT JOHNSON, 816-389-2281
 
E-Mail Address
USACE District, Kansas City
(robert.f.johnson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE TURKEY CREEK MISSOURI INTERCEPTOR - CONTRACT A KANSAS CITY, KANSAS Description: 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 Turkey Creek Missouri Interceptor project, Kansas City, Kansas. Location: Location for this project is Turkey Creek in Wyandotte County, Kansas City, KS - north and east of the I-35 and 7th street intersection. Scope: The general scope of work includes dewatering, rock removal and channel shaping of Turkey Creek. Concrete slabs, concrete w alls, rock anchoring and concrete filled drilled shaft retaining walls are required to be installed in the channel and along the banks. A large dual cell RCB, with flap gates, and the associated pipe is also included under NAICS Code 237990 quote mark Other Heavy and Civil Engineering Construction quote mark. Pre-Solicitation Conference: 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. Organized Site Visit: At this time, an organized site visit is planned for this solicitation on August 12, 2015 at: Gravel area adjacent to ABC Supply Inc Turkey Creek Wyandotte County, Kansas City, KS North and East of the I-35 and 7th street intersection Notice of any Options: The solicitation will not include options. If the Government does elect to include options in the solicitation the pre-solicitation announcement will be modified accordingly. Cost Range and Limitations: 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. **** Type of Contract: The solicitation will be issued as a Request for Proposals which will result in a single firm fixed-price (FFP) construction contract. Estimated Starting and Completion Dates: The estimated performance period for completion of construction is Six Hundred and Seven-ty (670) calendar days from Notice to Proceed. Scheduled Opening and Closing: The solicitation will be available on or about July 31, 2015 and proposals will be due on or about August 31, 2015. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Significant Evaluation Factors: The proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 using the Best Value, Lowest Price Technically Acceptable approach. The solicitation will include a detailed list of evaluation factors, including any sub-factors or elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evaluation factors will be issued by an amendment. NAICS Code: The North American Industry Classification System (NAICS) code for this project 237990. SBA Size Standard: The size standard is $33,500,000.00. All responsible sources may submit a proposal which shall be considered by the agency. - - - THIS SOLICITATION WILL BE UNRESTRICTED - - - Therefore, this project is open to both large and small businesses 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 the percentage of total subcontracted dollars. The targeted goal percentages for this project are: Small Business - 42.5% Small Disadvantaged Business - 19% Women-Owned Small Business - 5% HUB Zone Small Business - 8.5% Service-Disabled Veteran-Owned Small Business - 3 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 - - - Interested parties can only access the solicitation, including any amendments, at the Federal Business Opportunities (FBO) website, https://www.fbo.gov/. Vendors must be registered with FBO in order to access solicitations posted there. Before you can register at FBO, you must be registered in CCR (see below). If you need detailed instructions, go to the Kansas City District website at http://www.nwk.usace.army.mil/contract/contract.html and click on the link quote mark Registration Instructions. quote mark This link will explain the registration process and provide information on how to use the website. For assistance using the FBO website, contact the Ogden Electronic Business Operations Support Team at 1-866-618-5988 (toll free). The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document at the referenced website. Firms must also register as Plan Holders via the Internet at the above site in order to receive notification via email of any amendments to the solicitation or general announcements. For additional contracting opportunities, visit the Army Single Face to Industry at - - - http://acquisition.army.mil. SAM PLEASE NOTE: CCR REQUIREMENTS: In accordance with FAR 52.212-1(k) the prospective awardee shall be registered and active in the Central Contractor Registration (CCR.gov). CCR has now migrated to the System for Award Management (SAM). If you were previously registered in CCR, your registration should have been moved to SAM, and you just need to open an account, see the following link for instructions. https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf. If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf to register. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. Points-of-Contact The point-of-contact for technical questions is Scott Mensing, 816-389-2321, scott.p.mensing@usace.army.mil The point-of-contact for contractual questions is Robert Johnson, 816-389-2281, robert.f.johnson@usace.army.mil Please note there are special requirements related to sending/hand delivering your proposals 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-15-R-1023/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
 
Record
SN03792925-W 20150712/150710234953-67c01e027998bba4bdaba58acc3c1ed7 (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.