SOLICITATION NOTICE
Y -- Obey River Campground Sewer Line Phase II
- Notice Date
- 5/31/2024 11:22:04 AM
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- W072 ENDIST NASHVILLE NASHVILLE TN 37203-1070 USA
- ZIP Code
- 37203-1070
- Solicitation Number
- W912P524B0002
- Response Due
- 5/30/2024 8:00:00 AM
- Archive Date
- 06/14/2024
- Point of Contact
- Andrew Roth, Phone: 6157367793, Dellaria Martin, Phone: 6157367986
- E-Mail Address
-
andrew.r.roth@usace.army.mil, dellaria.l.martin@usace.army.mil
(andrew.r.roth@usace.army.mil, dellaria.l.martin@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- *THE SOLICITATION FOR THIS REQUIREMENT HAS BEEN POSTED TO PIEE under Solicitation Number W912P524B0002, please see the below link to access the Solicitation documents.*� https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W912P524B0002� ************************************************************************************************************** PRE-SOLICITATION NOTICE FOR OBEY RIVER CAMPGROUND SEWER LINE PHASE II CONSTRUCTION PURPOSE: The Nashville District (LRN), U.S. Army Corps of Engineers (USACE), intends to issue an Invitation for Bid (IFB) for a Firm Fixed-Price (FFP) Construction contract. This is a Pre-solicitation Notice. This notice is being issued for planning and information purposes only. This is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Goverment accept bids as a result of this notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance.� DESCRIPTION:�The work will include�construction of the Obey River Campground Sewerline network which includes selective clearing, partial removal of the existing sewerline, trench excavation, pipe construction to include assembly and construction of all pertinent sewerline components, connection to the existing sewerline network, disposal of removed pipe, construction of septic tank and lift stations, construction of leach field and all pertinent components, minor concrete placement, electrical work, some potential pavement replacement, granular backfill placement and compaction, in-situ material backfilling, seeding and mulching, and any incidental related work including survey of final pipe network and environmental protection. It is possible the Contractor will encounter rock during excavation operations.� Location: Obey River Campground, Dale Hollow Lake Recreation Area, near Byrdstown, TN.� Disclosure of Magnitidue of the Proposed Construction Project: Between $1,000,000 and $5,000,000� NAICS CODE AND SBA SIZE STANDARD: 237110 - Water and Sewer Line, and Related Structures Construction; Size Standard $45.0M Set-Aside Type: 100% Small Business� Delivery Date: 217 Calendar Days from the Notice to Proceed (NTP)� Anticipated Solicitation Release Date:�The solicitation with plans and specifications is expected to be issued on or about 30 May 2024.� Pre-Bid Site Visit: The pre-bid site visit has been scheduled for Thursday, 13 June 2024 at 10:30 AM Central Time (CDT), at Obey River Campground. The site visit request forms are attached. There will only be one site visit.� Offerors should inspect the job site prior to submitting an offer. Offerors should take such other steps as may be reasonably necessary to ascertain the nature and location of the work and the general and local conditions that can affect the work or the cost thereof. Failure to do so will not relieve offerors from the responsibility for properly estimating the difficulty or cost of successfully performing the work. The Government assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, agents or employees, unless included in the solicitation, the specifications or related documents. REGISTRATION: Only registered persons will be permitted to attend the pre-bid site visit. In addition to the information below, please also provide your firm's name, firm's CAGE and/or Unique Entity Identifier (UEI), and name and position title of primary point-of-contact and their telephone number and email address. Please provide this information via email to Andrew Roth at� andrew.r.roth@usace.army.mil and Dellaria Martin at dellaria.l.martin@usace.army.mil.� Contractors and/or potential contractors wishing to attend a pre-bid meeting held at or in LRN restricted/controlled areas (such as a Power Plant or Navigation Lock) shall submit a Nashville District (LRN) Security Access Form to the Contract Specialist five (5) days prior to the site visit. If submitting the document in less than five days, the Offeror may not receive approval for participation.� The Contract Specialist will notify the Contractor if the request is approval or denied. Any prebid meeting which will cover anything other than public domain information shall be limited to US Citizens, except under unique circumstances. The Security Access Form and guidance is available at https://www.lrn.usace.army.mil/Business-With-Us/Contracting. U.S. CITIZENS: The Offeror shall submit a Nashville District Corps of Engineers U.S. Citizen Security Request Form to the LRN Point of Contact, Contract Specialist Andrew Roth via email (andrew.r.roth@usace.army.mil) no later than five calendar days prior to the site visit. If submitting the document in less than five days, the Offeror may not receive approval for participation. The LRN POC will notify the individual(s) if the request is approved or denied. The Security Access Form and guidance is available as a pdf attachment on sam.gov with this pre-solicitation and is titled U.S. Citizen Security Request Form. FOREIGN NATIONALS (FNs): All non-U.S. Citizens, including permanent residents wishing to attend the site visit must be approved in advance. FNs wishing to attend a site visit shall submit a completed Nashville District Corps of Engineers Foreign National Security Request Form and legible color copies of two of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N-550 or N-570), unexpired foreign Passport with 1-551 stamp or attached INS Form 1-94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form 1-151 or 1-551), unexpired Temporary Resident Card (INS Form 1-688), unexpired Employment Authorization Card (INS Form 1-688A), unexpired Reentry Permit (INS Form 1-327), unexpired Refugee Travel Document (INS Form 1-571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN Point of Contact, Contract Specialist Andrew Roth, who will forward the documents to the LRN-SM mailbox (dll-celmsm@usace.army.mil) for approval. These documents must be submitted no less than five (5) days prior to the site visit. FN requests require approval at the Headquarters U.S. Army Corps of Engineers (HQUSACE) level. Exceptions will be considered on a case-by-case basis but will be limited. The form is available as a pdf attachment on sam.gov with this presolicitation and is titled Foreign National Security Request Form.� SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors are required to be registered in the System for Award Management (SAM) database (https://sam.gov) and PIEE at the time a bid is submitted in order to comply with the annual representations and certifications requirements. Registration for PIEE is required as this is the only place bids shall be submitted. ADDITIONAL INFOMRATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the SAM.gov website, https://sam.gov and PIEE Solicitation Module. It is and will continue to be the responsibility of all potential offerors to monitor the SAM.gov website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2a130d0e36c7477789bfcdc85bd31464/view)
- Place of Performance
- Address: Byrdstown, TN 38549, USA
- Zip Code: 38549
- Country: USA
- Zip Code: 38549
- Record
- SN07082641-F 20240602/240531230041 (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 |