SOLICITATION NOTICE
Z -- Major Rehabilitation, Stage III, Lock and Dam No. 12, Mississippi River, Jackson County, Iowa, and Jo Daviess County, Illinois
- Notice Date
- 2/15/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
- ZIP Code
- 61204-2004
- Solicitation Number
- DACW25-02-R-0007
- Response Due
- 4/12/2002
- Archive Date
- 5/12/2002
- Point of Contact
- Thomas Bales, 309-794-5661
- E-Mail Address
-
Email your questions to US Army Engineer District, Rock Island
(Thomas.S.Bales@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA Minor demolition, pavement removal, curb and gutter removal, excavation, ACC pavement, PCC curb and gutters, repairing and painting interior portion roller and tainter gates, repair and replacement of roller and tainter gate chains, installation of new pocket wheels, repair of bridge pads, removal of timber bridge planking and installation of steel grating, cleaning and painting service bridge, concrete pier repairs, storage yard repairs, fencing, cleaning and painting roller gate and tainter gate bulkheads, pier houses architectural repairs, and miscellaneous mechanical and electrical work. The Contract Award will be made using Competitive Proposal negotiation procedures for achieving the Best Value to the Government through the Source Selection (Tradeoff) Process; and the Award made to the offeror whose Technical and Pri ce Proposal combined, meets the Government's needs in the most effective, economical, and timely manner. The technical evaluation criteria Factors to be used to determine the Best Value to the Government in the evaluation of Technical Proposals in decendin g order of importance are: (Factor A) PAST PERFORMANCE, (Factor B) WORK PLAN, (Factor C) PERSONNEL, and (Factor D) SAFETY. In addition to the above Technical Proposal, a Price Proposal will be required to be submitted using the Price Schedule and other re quired forms provided in the Request For Proposal (RFP). A Government Estimate will be prepared and will be used in the consideration of Price Proposals. Price reasonableness that matches an offeror's technical approach is considered critical in the Gover nment's Price Proposal consideration. However, Award of a Contract will not be based solely on the lowest Price Proposal. Significant,unexplained differences where proposed prices do not match a proposed technical approach and risk involved, may result in a Proposal being removed from the Competitive Range. The Government reserves the right to conduct discussions with all of the offerors within the Competitive Range. The Government also reserves the right to Award a Contract without discussions. All technic al evaluation criteria Factors other than Price when combined are significantly more important than Price. After the Government evaluates the Technical and Price Proposals received, a Competitive Range will be determined by the Contracting Officer. The Co mpetitive Range will consist of all of the most highly rated Proposals against all technical evaluation criteria factors and Prices proposed. The Contracting Officer may limit the number of Proposals in the Competitive Range to the greatest number that wil l permit an efficient competition among the most highly rated Proposals in accordance with FAR 52.215-1. The estimated magnitude of the proposed procurement is between $10,000,000 and $25,000,000. Plans and Specifications will be provided on CD-ROM at no cost (Limit 1 CD-ROM per Offeror). Paper copies will not be available from the Government. This solicitation will also be posted on the following World-Wide-Web internet address: http://www.mvr.usace.army.mil. This procurement is UNRESTRICTED. Proposals w ill be accepted from all responsible sources. The apparent successful offeror must be registered in the Department of Defense Central Contractor Registration (CCR)database. No Contract Award will be made to an offeror until this requirement is met. Offeror s not already registered in the CCR database are highly encouraged to do so by calling: 1-888-227-2423, or via the following World-Wide-Web internet address: http://ccr.gov. The North American Industry Classification System (NAICS) code for this procuremen t is 234990. The Small Business Size Standard is $28.5 Million. Technical inquiries can be directed to Mr. Robert McAfee at 309-794-5424. Arrangements for inspecting the project site can be made with: Area Engineer, Ms. Barbara Kimler, Central Area Office , U.S. Army Corps of Engineers, 5235 Grand Avenue, Davenport, Iowa 52807-1014 , Telephone: 563-386-0572, or 563-386-0651 (Collect Calls Not Accepted)
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: US Army Engineer District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
- Zip Code: 61204-2004
- Country: US
- Zip Code: 61204-2004
- Record
- SN00027420-W 20020217/020215213221 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |