Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SOLICITATION NOTICE

Z -- DLA DSCC Water Line Renovation

Notice Date
5/13/2020 1:15:36 PM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QRDLADSCCWaterLineRenovation
 
Response Due
5/28/2020 11:00:00 AM
 
Archive Date
06/12/2020
 
Point of Contact
Robert Glenn, Phone: 5023156449
 
E-Mail Address
robert.glenn2@usace.army.mil
(robert.glenn2@usace.army.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
NOTE: This announcement serves as the advance notice for this project. RESPONSES TO THIS PRESOLICITATION SYNOPSIS ARE NOT REQUIRED. �DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bid (IFB) W912QR20B0014 to construct approximately 5,000 LF or greater construction improvements to the domestic water service at DSCC Installation, Columbus, OH.� The project includes construction improvements to the domestic water service on DSCC Installation to decrease the stagnancy of the system. Improvements include replacement and new installation of water service mains and service lines, new fire hydrant(s), new yard hydrant(s), various sizes of gate valves, and construction of a new backflow preventer vault and associated backflow preventer equipment. The contract duration is three-hundred and four (304) calendar days. SUBJECT TO THE AVAILABILITY OF FUNDS: Award will not be made until funds are available. TYPE OF CONTRACT AND NAICS: This Invitation for Bid (IFB) will be for one (1) Firm-Fixed-Price (FFP) contract.� The North American Industrial Classification System Code (NAICS) for this effort is 237110. TYPE OF SET-ASIDE: This acquisition will be a 100% set aside for Woman Owned Small Businesses. SELECTION PROCESS: The bids will be evaluated using FAR Part 14 a sealed-bid selection process where award will be made to the lowest responsive/responsible bidder. CONSTRUCTION MAGNITUDE: The magnitude of the construction portion is anticipated to be between $1,000,000 and 5,000,000 in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 29 May 2020. �Details regarding the Optional Site Visit will be included in the solicitation.� Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.beta.sam.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the General Services Administration Contract Opportunities website, http://www.beta.sam.gov. �Paper copies of the solicitation will not be issued.� Telephone and Fax requests for this solicitation will not be honored. �Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. �To download the solicitation for this project, contractors are required to register at the General Services Administration Contract Opportunities website at http://www.beta.sam.gov.� Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the SAM database at http://www.beta.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Robert Glenn Jr, Contract Specialist, at robert.glenn2@usace.army.mil� For Assistance with https://beta.sam.gov/ please contact the Federal Service Desk Directly at https://fsd.gov/fsd-gov/home.do or 866-606-8220.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a42d1057d3914222809e631864c6d08a/view)
 
Place of Performance
Address: Columbus, OH, USA
Country: USA
 
Record
SN05656145-F 20200515/200513230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.