SOLICITATION NOTICE
Y -- Big Escambia Creek, Section 206 Ecosystem Restoration, Near Flomaton, AL and Century, FL (Escambia County, AL and Escambia County, FL)
- Notice Date
- 1/16/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Mobile - Civil Works, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- DACW01-03-R-0016
- Archive Date
- 5/19/2003
- Point of Contact
- Sonya White, (251) 441-5582
- E-Mail Address
-
Email your questions to US Army Engineer District, Mobile - Civil Works
(sonya.m.white@sam.usace.army.mil)
- Small Business Set-Aside
- 8a Competitive
- Description
- NA QUESTIONS ON DISTRIBUTION OF PLANS AND SPECIFICATION SHOULD BE DIRECTED TO THE PLANS ROOM AT PHONE (251) 690-2535 OR FAX (251) 694-4343. Specific questions related to this project may be answered by Mr. Allen Harrison at fax number (251) 690-2902. Contra cting Officer for this project will be Leo J. Hickman. This project is advertised under section 8(a) of the Small Business Act (15 U.S.C. 637(a)) (8(a) Competitive, limited to Region IV.) This project is a Request For Proposal (RFP), Performance Price Tr ade Off (PPTO) Solicitation. In general, the work shall consist of the following: Channel excavation, clearing and snagging along a 4-mile reach of the Big Escambia creek, near Flomaton AL, Century, FL with channel diversion structure to divert stream fl ows back to original channel along lower 2-miles. The North American Industry Classification System (NAICS) code for this project is 237990. Bid documents are available on or about February 3, 2003. Estimated cost of work is between $1,000,000 and $5,00 0,000. All responsible sources may submit an offer, which shall be considered. Note No. 1: Any prospective bidder interested in bidding on this solicitation must register for plans and specifications in order to download the solicitation from the intern et and be placed on the plan holder's list. If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation. Bidders, subcontractors and Dodge/Plan Rooms are required to self-register their firm or office on the Internet in order to be able to download the electronic files. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. IN ORDER TO DOWNLOAD A COPY OF THE SOL ICITATION, GO TO VIEW/DOWNLOAD SOLICITATION FILES as indicated on the Internet at http://www.sam.usace.army.mil. Registration instructions are available at the CLICK HERE TO REGISTER prompt located right above this synopsis on the Internet at http://www.s am.usace.army.mil then click on CONTRACT. Neither telephonic, mailed, nor fax requests will be accepted. Those registering are responsible for the accuracy of the information on the plan holder's list. Registration must include the firm's physical addre ss, telephone, a valid fax number and a point of contact to facilitate faxed amendments. Registration should be completed one week prior to the issue date. All notification of changes to this solicitation shall be made through the Internet only. It is t herefore the contractor's responsibility to check this home page daily for the solicitation to be posted, and for any posted changes to this solicitation. If you are not registered, the United States Government is not responsible for providing you with no tifications of any changes to this solicitation. Actual solicitation amendments will be issued either by fax or posting for download to the aforementioned web page. Plans and specifications will not be provided in a printed-paper format; however, the Gov ernment reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at htt p://tsn.wes.army.mil/ComSoftware.asp. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Note No. 3: Critical Path Method (Network Analysis System) is required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $28,500,000 for the past three years. Note No. 5: Detailed Information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, Plan Holders, Bid Results, etc.) are availa ble on the Internet at: http://www.sam.usace.army.mil. Note No. 6: A pre-proposal conference will be held at the project site on 25 Feb 2003 at 9:00 a.m. (Central Standard Time). The purpose of the conference is to familiarize the bidders with the scope of work, address bidders questions concerning the project, participate in a site visit to become familiar with the existing site conditions, and familiarize the bidders with the PPTO process. Attendance at the conference is strongly recommended. Minutes of the pre-proposal conference will be prepared by the Government and placed on the Internet at http://www.sam.usace.army.mil. All parties planning to attend should provide the following information to: Mobile District, Corps of Engineers, ATTN: CESAM- CD-SR, Mr. Steve Mlecik, Fort Rucker Resident Office, US Army Corps of Engineers, P.O. Box 620399, Fort Rucker, Alabama 36362-0399, phone (334) 255-3444, fax (334) 255-2035 by noon 18 February 2003: a. Name of firm with complete mailing address. b. Name, title, and phone number of each representative. Request for attendance received after 18 February 2003 will not be accepted. Offerors should visit the site and take such other steps, as may be reasonable necessary to ascertain the nature and location of the work, and the general and local conditions, which can affect the work or the cost thereof. Failure to do so shall not relieve offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Govern ment shall assume no responsibility for any understanding or representations concerning conditions made my any of its officers or agents prior to the execution of the contract, unless included in the Request For Proposals, the specifications, or related do cuments. In this regard, Offerors should note Contract Clause FAR 52.236-3 Site Investigation and Conditions Affecting the Work. Note No. 7: This procurement is a Competitive 8(a) Set-Aside as established by Section 8(a) of the Small Business Act (15 U. S.C. 637(a)). Only those firms meeting the Small Business Administration's (SBA) criterion, and have previously been certified by the SBA as an 8(a) Contractor, are eligible to compete for this procurement and ultimately be awarded a subcontract form the SBA. It has been determined by the SBA that competition will be restricted to 8(a) firms which have a NAICS code of 237990 among their approved NAICS Codes and which are serviced by the following SBA District Offices: Region IV.
- Place of Performance
- Address: US Army Engineer District, Mobile - Civil Works P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Country: US
- Zip Code: 36628-0001
- Record
- SN00240624-W 20030118/030116213718 (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 |