Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2021 SAM #7106
SOLICITATION NOTICE

Y -- MS River Mile 616-326 AHP, Stone Bank Paving, FY-21, FC/MR&T, Channel Improvement Program, Indefinite Delivery/Indefinite Quantity (ID/IQ)

Notice Date
5/14/2021 9:48:25 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Vicksburg Vicksburg MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE21B0005
 
Response Due
6/1/2021 12:00:00 PM
 
Archive Date
06/16/2021
 
Point of Contact
Freteshia L. Johnson, Phone: 6016315219, Dustin G. Cannada, Phone: 6016317546
 
E-Mail Address
Freteshia.L.Johnson@usace.army.mil, dustin.g.cannada@usace.army.mil
(Freteshia.L.Johnson@usace.army.mil, dustin.g.cannada@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description of Work: The United States Army Corps of Engineers, Vicksburg District, intends to issue an Invitation for Bid (IFB) Solicitation Number W912EE21B0005 for MS River Mile 616-326 AHP, Stone Bank Paving, FY-21, FC/MR&T, Channel Improvement Program, Indefinite Delivery/Indefinite Quantity (ID/IQ). The work consists of furnishing all plant, labor, materials, and equipment, and constructing stone bank paving at various locations on the banks of the Mississippi River between Miles 616 and 326 A.H.P. Principal features of the work include mobilization and demobilization, grading, excavation, slope dressing, stone bank paving, upstream and downstream towing, and environmental protection. This IFB will be for one (1) Firm Fixed-Price Construction contract. The set-aside for this procurement is 100% Small Business. The North American Industrial Classification System (NAICS) Code is 237990 with a size standard of $39.5 Million. In accordance with FAR 36.204, the magnitude of this construction project is estimated to be between $5 Million and $10 Million. The estimated contract duration is two (2) years from the date of award. The resulting ID/IQ contract will have a Not-to-Exceed (NTE) maximum capacity of $7 Million. There is a minimum guarantee in the amount of $1 Million. One or more Task Orders may be issued from the contract. Any individual Task Order value MAY vary and could range from $1 Million up to the maximum capacity of $7 Million. Details will be included in the provided specifications Section 00 08 00.00 09 SPECIAL CONTRACT REQUIREMENTS, paragraph COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK. The bids will be evaluated based on lowest price submitted and whether the low bidder can meet the criteria specified in the solicitation. The official plans and specifications will be available on the Beta Sam website at https://beta.sam.gov/. Bidders may register on the Interested Vendor�s List (IVL) at https://beta.sam.gov/ and retrieve an IVL from the same location. Compact disc and hardcopies will not be available. Telephone and fax requests for this solicitation will not be honored. Bidders are encouraged to check often for changes (AMENDMENTS) to posted solicitations. 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. Bidders must have and maintain an active registration in the System for Award Management (SAM) at http://www.sam.gov and must include the NAICS code they are bidding under to receive a Government contract award. If the bidder 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 a bidder is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective bidder. For additional information regarding this solicitation, please contact Freteshia L. Johnson via email at Freteshia.L.Johnson@usace.army.mil. Technical inquiries and questions relating to the solicitation are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org when the solicitation is made available. The solicitation, including any amendments, shall establish the official opening and closing dates and times. ISSUE DATE TO BE DETERMINED. BID OPENING DATE AND TIME: TO BE DETERMINED. THIS PROCUREMENT IS A 100% SMALL BUSINESS SET-ASIDE. IT IS ISSUED UNDER NAICS 237990, FSC CODE Y1PZ, FOR ONE (1) FIRM FIXED-PRICE ID/IQ CONTRACT.� This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c223ef9147b34b1d9ec1b9852d5ac618/view)
 
Place of Performance
Address: Vicksburg, MS 39183, USA
Zip Code: 39183
Country: USA
 
Record
SN06002449-F 20210516/210514230116 (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.