Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

Z -- West Sacramento Project Levee Reconstruction Contract C, Yolo County, California

Notice Date
7/10/2009
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-09-B-0007
 
Response Due
8/28/2009
 
Archive Date
10/27/2009
 
Point of Contact
Marsha Sells, 916-557-5232<br />
 
E-Mail Address
US Army Engineer District, Sacramento
(Marsha.R.Sells@usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
West Sacramento Yolo Bypass levee is the part of West Sacramento Levee project, the area is located along the left bank levee of the Yolo Bypass in West Sacramento, Yolo County. The project reach extends from I-80 south approximately 1400 feet. The levee remediation consists of replacing the existing levee fill with new suitable levee fill along the waterside of the levee and at the foundation to a 10 foot depth and recompacting. This will improve levee slope stability by avoiding the build up tension cracks developing that then cause slumping. At same time, a new berm will be added on the water side to further increase the levee strength and stability. The volume of excavated material will be about 51,220 CY; the new import suitable material of levee embankment fill will need about 40,900 CY. Acquisition Information: This will be an Firm Fixed Price Construction Contract, and will be issued as a Cascading Set-Aside. The format for award is as follows: a.) In accordance with FAR Subpart 19.13, award will be made on a competitive basis first to a responsible, eligible HUBZone small business concern that is technically acceptable in accordance with the solicitation and submits a fair and reasonable price; or b.) If the price from the HUBZone is not considered to be fair and reasonable, award consideration will be made in accordance with FAR Subpart 19.14, to a responsible, eligible Service Disabled Veteran Owned Small Business (SDVOSB) concern that is technically acceptable in accordance with the solicitation; or c.) If the price from the HUBZone or SVDOSB is not considered to be fair and reasonable, award consideration will be made in accordance with FAR Subpart 19.8, to a responsible, eligible 8(a) Small Business concern that is technically acceptable in accordance with the solicitation; or d.) If a fair and reasonable price cannot be obtained from either a HUBZone, 8(a), or a Service Disabled Veteran Owned Small Business, consideration will be to make award in accordance with FAR Subpart 19.5, to a responsible small business concern that submits a fair and reasonable price and is technically acceptable in accordance with the solicitation. Estimated Cost Range is between $5,000,000 $10,000,000 Period of Performance for Construction: 90 Days. This Procurement will be conducted under FSC CODE: Z299, SIC CODE: 1629, NAICS Code: 237990. The size standard for this code is $33,500,000. All questions should be directed to the Contract Specialist, Marsha Sells, at (916) 557-5232, FAX: No.: (916) 557-5278, e-mail Marsha.R.Sells@usace.army.mil Information about the time and location of the site visit/pre-proposal conference will be found in Section 00100 of the specifications. If you need assistance with downloading the plans or specs or registering as an Interested Vendor, please contact the Contract Specialist. A site visit/pre-proposal conference will be scheduled about a week after the solicitation is issued. It is anticipated that the IFB will be issued on or about July 28, 2009, for downloading at the Government's website at http://www.fedbizopps.gov/. No paper copies will be issued. The specific date and time will be identified in the solicitation. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the RFP is issued. Viewing/downloading documents from FedBizOpps will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov) before accessing the RFP documents. To register, click on the Register Now button in the Vendors Block and follow the instructions. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with FedBizOpps, interested parties will then be able to log in and access the RFP documents. Important Note: Solicitation documents can be accessed ONLY via FedBizOpps. Please note that ALL contractors who want to register with FedBizOpps must be CCR registered, and have a MPIN, DUNS number or Cage code. For further information, please click on the FedBizOpps homepage link and the Vendor User Guide. The only PLAN-HOLDERS/BIDDERS LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the ADD ME TO INTERESTED VENDORS to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-09-B-0007/listing.html)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA<br />
Zip Code: 95814<br />
 
Record
SN01871206-W 20090712/090710235316-b21755bd78645c50337d798ed5658a47 (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 |
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.