Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2005 FBO #1272
SOLICITATION NOTICE

Y -- DESIGN & CONSTRUCTION TO REMOVE & REPLACE THE PIVERS ISLAND BRIDGE LOCATED IN BEAUFORT, NC, FOR DEPARTMENT OF COMMERCE (DOC), NATIONAL OCEANIC ATMOSPHERIC ADMINISTRATION (NOAA), NATIONAL OCEAN SERVICE

Notice Date
5/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133C-05-RP-1170
 
Response Due
7/16/2005
 
Archive Date
7/31/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, National Oceanic and Atmospheric Administration, Central Region, Acquisition Division intends to procure a Design-Build construction contract for the removal and replacement of the existing Pivers Island Bridge and associated bulkheads and approach drives in Beaufort, North Carolina. This work will be at the NOAA/NOS Center for Coastal Fisheries and Habitat Research in Beaufort, North Carolina. The new bridge will be approximately 300 feet in length, 2-lane (11 feet lane widths with a 6 foot sidewalk located on the east side) concrete structure utilizing NCDOT standard pre-stressed girders supporting a cast-in-place concrete deck. Girders will be supported by cast-in-place concrete pile caps bearing on either steel or jacked steel piles. Design to meet ?HS20-44? design truck loading and meet hurricane force winds and tidal surge effects. The existing bridge will be left in use until the new bridge is operational, at which time the existing bridge will be demolished. The Contractor shall provide all the labor, material, equipment and each and every item of expense to prepare the final design, design documents, and construct the new bridge and demolish the existing bridge. A Preconstruction Notification for Confirmation of Compliance with Regional General Permit 1982000031 via U. S. Army Corps of Engineers, and a Consistency Determination via North Carolina Division of Coastal Management, has been submitted for review and approval. The Government intends to award a Design-Build construction contract to the responsible offeror whose proposal represents the best value to the government following the evaluation of criteria and cost. This is a Request for Proposal and offers will be evaluated on the following technical basis: (1) Experience with Similar Types of Construction, (2) Past Performance, (3) Proposed Team and Their Experience, and (4) Schedule. Price and technical/performance criteria are to be evaluated equally. The resultant procurement will be a firm-fixed price contract. Completion time for this project is to be submitted by offeror and will be an evaluation factor noted above. This is a total small business set-aside. The NAICS code is 237310 with a size standard of $28,500,000. Estimated Construction cost of the project is between $1,000,000 and $5,000,000. Drawings, specifications and bid documents will be available on or about June 3, 2005. . Plans and specifications will be issued by web-based and will be available on or about June 3, 2005. The web page is located at http://www.rdc.noaa.gov/~casc/acquisitions/acq_solicitations.htm All amendments to this IFB will be posted to the Internet web page also. Contractors will be responsible to print the required copies of the plans and specifications and any amendments. Contractors will be notified when the project is posted to the web, therefore contractors who are interested in this project must registered by email to joel.r.pabon@noaa.gov. If any of the contractor information changes during the advertisement period, contractors are responsible to notify Mr. Pabon at the above website. Proposal must be submitted on or about July 16, 2005 at 3:00 pm Central Standard Time (CST). All contractors must be registered with the Central Contractor Registry (CCR) and Online Representations and Certifications Application (OCRA). Information for getting registered may be obtained at http://www/ccr/gov/ and http://www.bpn.gov, respectively. In order to register with the CCR and OCRA to be eligible to receive an award, all bidders must have a Dun and Bradstreet (D&B) number. A D&B number may be acquired free of charge by contacting D&B on-line at https://www.dnb.com/oroduct/eupdate/requestOptiohs.html or by phone at (800) 333-0505. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified in the specifications for failure to complete project on schedule. Proposals shall be mailed to the U.S. Department of Commerce, NOAA, 1756 Federal Building, 601 East 12th Street, Kansas City, Missouri 64106, ATTN: Pabon. Questions of a technical nature may be addressed to michael.d.randall@noaa.gov and those of a contractual nature may be addressed to jane.a.allen@noaa.gov. No telephone inquires will be honored.
 
Place of Performance
Address: Beaufort, North Carolina
Country: USA
 
Record
SN00810944-W 20050521/050519211804 (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.