SOLICITATION NOTICE
Y -- REPLACE RELIEF WELL OUTFALL PIPES, PHASE III; BIG BEND DAM; FORT THOMPSON, SOUTH DAKOTA
- Notice Date
- 3/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- W9128F-07-B-0008
- Response Due
- 5/4/2007
- Archive Date
- 7/3/2007
- Small Business Set-Aside
- Total HUB-Zone
- Description
- On or about 04 April 2007, this office will issue Invitation for Bids for the construction of Replace Relief Well Outfall Pipes, Phase III, Big Bend Dam, Fort Thompson, South Dakota. Bids will be opened on or about 04 May 2007. This project is set- aside under the Historically Underutilized Business Zone (HUBZone) Program. To be considered for award, successful bidder must be a certified HUBZone contractor. Status as a qualified HUBZone small business concern is determined by the Small Business Adm inistration (SBA) in accordance with 13 CFR part 126. If the SBA determines that a concern is a qualified HUBZone small business concern, it will issue a certification to that effect and will add the concern to the List of Qualified HUBZone Small Business Concerns on its Internet website at http://www.sba.gov/hubzone. Contractors interested in inspecting the site of the proposed work should contact the Mike Trumm at (605) 245-2255 ext. 3268. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Obtaining Solicitation Documents below. The work will include the following: (Approx. quantities) Work consists of replacing the remaining unimproved relief wells at the toe of the Big Bend Dam that are corroded and silted in. The pipes and manways will be replaced from the outfall well to the toe of the embankment. The existing outfall pipes will be p lugged and the new pipes installed above the siltation level. Recommend using plastic pipe with a smooth interior for replacement to eliminate future deterioration and corrosion. Wells in need of work are 22 thru 26, 33, and 49 thru 57. Option work will c onsist of wells 58 thru 61, 63 and 66. Due to high downstream reservoir water levels, work on the wells will be restricted from 15 September 2007 to 31 January 2008. Should the Option wells be awarded, an additional 30 days will be given from 15 August to 15 September for completion of the Opt ion wells. The estimated construction cost of this project is between $250,000 and $500,000. Contractor's 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 this contract: (a) Small Business: 51.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. (c) Women Owned Small Business: 7.3% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 1.5% of planned subcontracting dollars*. (e) Hubzones: 3.1% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 180 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.b pn.gov. Representations and certifications are required to updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or u pdate to ORCA. Obtaining Solicitation Documents: This office wi ll no longer send copies (paper or CDS) of amendments and solicitations to interested parties. Solicitation documents will be posted on Federal Technical Data Solutions (FedTeDS). FedTeDS is a web-based dissemination tool designed to safeguard acquisition -related information. When solicitation documents have been issued and posted to FedTeDs, synopsis or pre-solicitation notice will be amended and a link provided to access FedTeDS*. The process to download from FedTeDS is: 1. Find solicitation announcement in Fed Biz Opps (www.fbo.gov) 2. *Once you open the bid announcement on Fed Biz Opps, there will be a link to the solicitation on FedTeDS. Click on the link. 3. If you are a first time user, you will have to register** (see info included below); if not log in and open the solicitation. 4. Once you have the solicitation open, you can begin downloading the various files to your location. **Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contractor Registration Process option. The information listed below is required to register. 1. Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) 2. DUNS Number or CAGE code 3. Telephone Number 4. E-Mail address Questions regarding the ordering of the same should be made to: (402) 221-3910. Telephone calls regarding Small Business matters should be made to: (402) 221-4110. Telephone calls on contents of drawings and specifications should be made to the Project M anager at: (402) 221-3056 or Specification Section at: (402) 221-4411. 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
- Zip Code: 68102-1618
- Record
- SN01255173-W 20070322/070320221258 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |