SOLICITATION NOTICE
Y -- Water Line Extension, Warrenton Training Center, Warrenton, VA
- Notice Date
- 1/9/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- DACA31-03-B-0001
- Archive Date
- 4/25/2003
- Point of Contact
- Patricia Hensley, 410-962-7718
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore - Military
(patty.hensley@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This solicitation is unrestricted. Estimated cost of construction is $1,000,000.00 to $5,000,000.00. The assigned is (NAICS) 237110 with a Size Standard of $28,500,000.00. Construction completion is 270 calendar days. Project consists of providing table water to the Vista Mountain Estates subdivision (VME; aka Viewtree subdivision) located west of the Warrenton Training Center, Warrenton, VA and providing a new supply line to the Warrenton Training Center's 500,000 ground gallon storage ta nk located at the top of Viewtree Mountain. Project involves the installation of new 8 inch, 6inch, and 4 inch D.I.P along Bear Wallow Road. New 6 inch D.I.P. along Range Road and 4 inch D.I.P. along Viewtree Drive. Also included is rehabilitation of th e existing Crosby Manor Pump Station at elevation 666 feet, a new meter/RPZ building on Range Road, and a new utility building serving Vista Mountain Estates subdivision with a rechlorination, a hydro-pneumatic tank, controls, heating and ventilation. Pro ject will also include the inter-connection for new supply main to the existing WTC ground water storage tank. The project will consist of the orderly construction phasing for the waterline extension. Also, a security questionnaire and a background securi ty check will be completed for each worker before beginning work at the site. This solicitation will be provided in an electronic format, free of charge, to all registered plan holders. The media through which the government chooses to issue this solicita tion will be on the web site; this solicitation will not be issued in paper. Contractors may view and/or download solicitation information from the internet at https://ebs.nab.usace.army.mil. All contractors must go to this web site to register as a plan holder. Each contractor need only register once for each solicitation. Only registered plan holders will be provided the solicitation. This procurement will be advertised as an Invitation for Bid. It is imperative that all small disadvantaged business c ontact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/ s ubcontractors. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. The initial registration date expired 31 May 1998. For information regarding CCR registration, the CCR Web site can be accessed at http://www.ccr2000.com. Other information regarding registration can be obtained through CCR Assistance Center (CCRAC) at 1-888-227-2423. A paper form for registra tion may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. All responsible sources may submit a proposal, which shall be considered by the agency. Subcontracting Plan Requirements: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806(b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 60% of the total planned subcontracting dollars shall be placed with small business concerns . At least 15% of total planned subcontracting dollars shall be placed with small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions, and 8% with Women-Owned Small Businesses (WOSB) 3% Hubzone, 3% Service Disabled Veteran, and 3% Veteran owned Small Business. The solicitation is scheduled to be issued on or about 24 January 2003 with bids due on or about 24 February 2003. In order to reduce the possibility of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the name of the particular contract specialist for the particular project. All deliveries, packages, etc. of more than one box or container must be bound together by tape or other means.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN00236382-W 20030111/030109213549 (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 |