Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2003 FBO #0719
SOLICITATION NOTICE

Y -- Y--Construction Contract For The Missouri River Mitigation Project.

Notice Date
11/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-04-R-0004
 
Response Due
1/5/2004
 
Archive Date
3/5/2004
 
Point of Contact
Diana Vanderzanden, 402-221-4044
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(diana.l.vanderzanden@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA On or about 1 December 2003, this office will issue Request for Proposals for IDIQ Construction Contract For The Missouri River Mitigation Project. Proposals will be received on or about 5 January 2004. This solicitation is unrestricted and open to both la rge and small business participation. Anyone interested in a possible site visit may contact Larry Gann at 402-293-2564. DO NOT submit requests for proposal documents to the site visit personnel listed. See Ordering below. The work will include the following: (Approx. quantities) All work will be done within the Missouri River flood plain between Sioux City, IA and Kansas City, MO, with the majority of work occurring within Omaha District boundaries. Award will be made to 2 to 4 contractors selected on a best value basis. Individ ual task orders will be competed. Scope of work will vary with each work order. Work may consist of, but not limited to, soil excavation, dredging, rock placement and clearing and grubbing. This type of work will require contractors with a background in river work. The primary NAICS code is 237 series. Each contract will have a base period of three years and an option to extend the contract for an additional two-year period. Each contract will require the contractor to furnish all plant, labor, materials, and equipme nt to perform a wide variety of construction features that may consist of, but not limited to, soil excavation, dredging, rock placement and clearing and grubbing. Proposal Evaluation: Major point scored evaluation areas of each offerors proposal, in descending order of importance, include: Technical Capabilities and Equipment; Construction Experience, Personnel and Past Performance; Project Management Plan, Safety a nd Health Record; Utilization of Small Business; and Price. All other evaluation factors, when combined are anticipated to be approximately equal to price in the source selection decision. The estimated value of the contracts awarded from this solicitation is $36,000,000.00. Contractors Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Enginee rs considers the following goals reasonable and achievable for fiscal year 2003: (a) Small Business: 57.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.9% of planned subcontracting dollars. (c) Women Owned Small Business: 8.1% of planned subcontracting dollars. (d) HubZone business: 3.0% of planned subcontracting dollars. (e) Veteran business: 3.0% of planned subcontracting dollars. The Contractor will be required to commence work on each Task Order within 10 days after notice to proceed and complete the work within the time period stipulated in each Task Order. Provisions will be included for liquidated damages for each Task Order in case of failure to complete the work in the time allowed. Performance and payment bonds may be required as specified on individual Task Orders. The plans and specifications are available on Compact Disk CD-ROM and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/. Ordering of the CD-ROM shall be made through this Internet address also. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If you do not have Internet access, then you will not have access to the plan holders list and to amendments to th e solicitation. Plan holders are responsible to check the Internet address for amendments. If any of the information changes during the advertisement period, the company information must be revised on the plan holders list at the above Internet address. Failure to change the above information may cause a delay in receiving CD-ROM and amendments . Questions regarding the ordering of the same should be made to Diana L. Vanderzanden at email address: dianal.l.vanderzanden@usace.army.mil or by phone at 402-221-4044. Questions regarding Small Business matters should be made to Hubert J. Carter at email address: hubert.j.carter@usace.army.mil or by phone at 402-221-4110. Questions regarding the contents of Request for Proposal RFP package should be made to Micheal J. Barnes, Project Manager, at email address micheal.j.barnes@usace.army.mil or by phone at 402 221-4605 or Specification Section at: 402-221-4411, or by mail to : Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-C, 106 South 15th Street, Omaha, NE 68102-1618.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00470403-W 20031116/031114212324 (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 |
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.