SOLICITATION NOTICE
Y -- EMERGENCY WATERSHED PROGRAM, BANK STABILIZATION, WEST FORK, ARKANSAS
- Notice Date
- 5/26/2011
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Missouri State Office, Parkade Center, Suite 250, 601 Business 70 West, Columbia, Missouri, 65203-2546
- ZIP Code
- 65203-2546
- Solicitation Number
- AG-7103-S-11-0008
- Archive Date
- 7/31/2011
- Point of Contact
- Mark R. Luckritz, Fax: 573-876-9444
- E-Mail Address
-
mark.luckritz@mo.usda.gov
(mark.luckritz@mo.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ---------------------------------------------------------- ----- PRE-SOLICITATION NOTICE/SYNOPSIS ----- ---------------------------------------------------------- ***THIS IS A VALID USDA NRCS ARKANSAS REQUIREMENT*** TITLE: EMERGENCY WATERSHED PROGRAM, BANK STABILIZATION, WEST FORK, ARKANSAS GENERAL DESCRIPTION: Emergency Watershed Program (EWP) Stream Bank Stabilization Construction Project for the city of West Fork at Site 1 in Washington County, Arkansas; AG-7103-S-11-0008 *This requirement consists of work related to the April 2011 Flooding in Arkansas and other natural disasters observed during the same time frame. *This requirement permits Other Than Full and Open Competition pursuant to Federal Acquisition Regulation (FAR) 6.302-2 (Unusual and Compelling Authority), 10 U.S.C. 2304(c) and 41 U.S.C. 253(c)(2). As a result, the Government may restrict competition or reserve award for one responsible source capable of satisfying the Government's requirements. *In accordance with FAR 5.202(a)(2), the Contracting Officer has determined that this requirement is exempt from the posting notice required by FAR 5.201 (Synopses of Proposed Contract Actions) because of the unusual and compelling nature of the acquisition. *In accordance with FAR 5.202(a)(2), the Contracting Officer has determined that the Agency cannot fulfill its exigency mission if it complies with the time periods specified at FAR 5.203 (Publicizing and Response Time). As a result, the pre-award and award process shall be much faster than normal. *The Contracting Officer has determined to compete this procurement opportunity as a 100% Small Business Set Aside and shall issue a written solicitation with a shorter than normal response time. *This Federal Business Opportunities (FBO) Government-wide Point of Entry (GPE) posting shall be considered a Synopsis of Proposed Contract Action or Pre-Solicitation Notice for Construction which will be fully-competed under condensed acquisition milestones/timeframes as prefaced herein. *As soon as possible after issuance of this notice, the Government shall release a written Invitation for Bid (IFB) as set forth by the milestones detailed below which will contain the following procurement documents: SF-1442 Solicitation, Solicitation Sections B thru J, Solicitation Sections L and M, Bid submittal information, Maps, Drawings/Plans, Construction and Material Specifications, Quantities, the Bid Schedule, relevant Davis-Bacon Wage Determination. *At this time, this Pre-Solicitation Notice/Synopsis does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or Invitation for Bid (IFB) nor does it restrict the Government to a final acquisition approach. SPECIAL NOTE: This is an urgent requirement and emergency status warrants expedited completion of the acquisition. Interested Parties are hereby forewarned that the potential contract award shall require much faster than normal acquisition timeframes for the following....site visit, bid deadline, delivery of the bid bond if applicable, contract award, delivery of the payment bond, notice to proceed, mobilization, start of actual performance and completion of all contract requirements. REQUIRING ACTIVITY/REQUESTING ORGANIZATION: United States Department of Agriculture (USDA); Natural Resources Conservation Service (NRCS); Arkansas; Arkansas State Office; Little Rock, AR; U.S.A. ** SOLICITATION NUMBER: AG-7103-S-11-0008 REQUISITION NUMBER: 521330 ACTION CODE: Y -- Construction of Structures and Facilities TOTAL ESTIMATED COST: Between $25,000.00 and $100,000.00 pursuant to FAR 36.204(b) NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: 237990 -- Other Heavy and Civil Engineering Construction NAICS SIZE STANDARD: $33.5M PRODUCT SERVICE CODE: Z300 -- Maintenance, Repair, or Alteration of Real Property-Restoration Activities **SET-ASIDE STATUS: 100% Small Business BUYING ACTIVITY/CONTRACTING OFFICE (BOTH PROCURING AND ADMINISTRATIVE): NRCS-MO-126424; USDA NRCS Missouri; Missouri State Office; Management Services Division (MSD), Administrative Services (ADS), Acquisitions (ACQ); Columbia, MO, 65203 SYNOPSIS POSTING DATE: 26 May 2011 SYNOPSIS CLOSING DATE: 26 May 2011 IFB RELEASE DATE, ANTICIPATED: 26 May 2011 SITE VISIT DATE, ANTICIPATED: 1 June 2011 IFB CLOSURE DATE, ANTICIPATED: 2 June 2011 BID DEADLINE, ANTICIPATED: 2 Jun 2011, 12:00 PM (C.S.T.) CONTRACT AWARD DATE, ANTICIPATED: 2 or 3 June 2011 NOTICE TO PROCEED (NTP) DATE, ANTICIPATED: 3 June 2011 MOBILIZATION DATES, ANTICIPATED: 3 June 2011 - 5 June 2011 ON-SITE PROJECT PERFORMANCE START DATE, ANTICIPATED: 6 June 2011 DETAILED WORK DESCRIPTION: Project will require 360 feet of stream bank stabilization to protect a house and natural gas line. Work will consist of gabion mats and baskets to stabilize the toe of a stream bank. Rock rip rap will be placed on the slope above the baskets to the top of the slope. Projected Bid Schedule Items are as follows...... 1 LS, Mobilization 160 CY, Gabion Mat (12'x9'x1') 132 CY, Gabion Basket (3'x3'x3') 200 T, Rock Riprap **SITE VISIT INFORMATION: Will be provided in full detail on the forthcoming IFB/Solicitation. PERIOD OF PERFORMANCE/ALLOWABLE SCHEDULE: Upon receipt of NTP thru 24 Calendar Days PLACE OF PERFORMANCE: U.S.A.; Arkansas; City of West Fork; Washington County; Site 1; 97 Dye Creek Road SYNOPSIS NOTES: The following notes shall apply to this acquisition...... a. One (1) Fixed-Price (FP) contract award shall be issued for the aggregate of all items to a Responsible Offeror with the Lowest Responsive Bid; b. Interested Parties are highly encouraged to submit electronic proposals by the established deadline; c. Written procedures shall be utilized; d. Use of electronic/digital methods is preferred; e. Expedited performance shall be necessary to meet the Government's project deadline; f. After issuance of the contract award, the potential award recipient shall be required to secure and deliver an officially-signed stamped payment bond within three days or less depending upon what is expressed in the solicitation document; and g. BIDS SHALL BE MAILED OR SUBMITTED TO NRCS MISSOURI IN COLUMBIA, MO....ANY BID DELIVERED TO NRCS ARKANSAS IN LITTLE ROCK, AR SHALL BE CONSIDERED NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR FINAL AWARD. FOR ADDITIONAL INFORMATION RELATED TO THIS ACQUISITION: The point of contact is Mark R. Luckritz, USDA NRCS Missouri, Supervisory Contract Specialist/Contracting Officer, and may be reached via email at mark.luckritz@mo.usda.gov or by fax at 573-876-9444. No alternate point of contact has been designated at this time. ---------------------------------------------------------- --- END OF PRE-SOLICITATION NOTICE/SYNOPSIS --- ----------------------------------------------------------
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/MOSO/AG-7103-S-11-0008/listing.html)
- Place of Performance
- Address: To be defined in greater detail on the forthcoming IFB/Solicitation., West Fork, Arkansas, 72774, United States
- Zip Code: 72774
- Zip Code: 72774
- Record
- SN02458161-W 20110528/110526235001-1ab8c9113dc41a9a324f3e2196ff868b (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 |