Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2015 FBO #5125
SOLICITATION NOTICE

Y -- Indian River Inlet Sand Bypass Plant, Pump House Renovation and Addition

Notice Date
12/3/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-16-B-0003
 
Archive Date
12/31/2015
 
Point of Contact
Robert R Hilton, Phone: 2156566911
 
E-Mail Address
robert.r.hilton@usace.army.mil
(robert.r.hilton@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Philadelphia District, intends to make a single award in whole to the lowest priced responsive and responsible bidder. The contract work will consist of constructing an addition to an existing sand bypass pump house building located on the south side of Indian River Inlet, Delaware. The existing building is located directly adjacent to the Atlantic Ocean, Indian River Inlet, and Delaware Coastal Highway Route 1. Salient Information: Base Contract will include: Construct an approximately 2,000 square foot, one story, steel frame, non-bearing wood framed walls with wood roof trusses addition to the existing sand bypass plant building. The addition shall consist of a high-level service bay with overhead hoist, office area, storage area, restroom, mezzanine for parts storage. Site utilities consisting of a new water service line, sanitary sewer line with grinder pump, and underground electrical service entrance line shall also be provided as part of the contract work. Option: Purchase and Install a 7 ton under running, single girder Bridge Crane Be advised that the determination of responsibility will include, at least the following requirements: Demonstrate specialized experience that includes two (2) examples of relevant projects completed within the last five (5) years that were a minimum of $750,000 contract value each and experience where the bidder was the prime contractor for a commercial, non-residential, steel frame, new construction projects of a minimum of 5,000 square feet floor area. SITE VISIT: The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, bidders are urged and expected to inspect the site where the work will be performed. An organized site visit will be arranged within 10 days of the solicitation posting; actual date and time TBD. Bidders wishing to attend the organized site visit must contact the POC identified in the solicitation within 5 days of the posting date of the solicitation. Attendance is not mandatory, but is strongly encouraged. This acquisition will be made using sealed bidding, a single award will be made as a whole, to the lowest priced, responsive bidder determined to be responsible in accordance with FAR Part 14 Procedures. Issue date for the Invitation For Bids, Solicitation No. W912BU-16-B-0003, is anticipated on or about December 16, 2015 as a 100% Total Small Business Set Aside. The bid opening is projected to be conducted 20 January 2016 at 11:00 a.m. EST; however, this information is subject to change. Offerors should review the entire solicitation once it is posted. Bonding will be required; at the time of bid opening, by separate Bid Bonds; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. The contract period of performance is 365 calendar days. Estimated cost range of this project is $1,000,000.00 to $5,000,000.00 and the NAICS code for this project is 236220 with a size standard of $36.5 million dollars. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans' Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans' Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100-customersupport@dol.gov. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database prior to award. Davis Bacon rates will be applicable to the construction. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. The Davis Bacon rate applicable to the construction and the actual Liquidated Damages will be specified in the actual solicitation. Questions regarding this notice should be directed to Robert Hilton, Contracting Specialist, at robert.r.hilton@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-16-B-0003/listing.html)
 
Place of Performance
Address: Rehoboth Beach, Delaware, 19971, United States
Zip Code: 19971
 
Record
SN03960029-W 20151205/151203234446-27027190f7102a3f9ddc8c206d0768e5 (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.