Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOLICITATION NOTICE

Y -- Extension and Relocation of water lines and installation of frost proof water hydrants at various locations in the Public Use area of the Harry S. Truman Dam and Reservoir Project, Warsaw, Missouri.

Notice Date
2/2/2012
 
Notice Type
Presolicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-12-B-0001
 
Response Due
3/12/2012
 
Archive Date
5/11/2012
 
Point of Contact
Hilary O Meckel, 816 389 3500
 
E-Mail Address
USACE District, Kansas City
(hilary.o.meckel@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W912DQ-12-B-0001 Synopsis for Extension and Relocation of water lines and installation of frost proof water hydrants at various locations in the Public Use area of the Harry S. Truman Dam and Reservoir Project. Warsaw, Missouri The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Construction Services type contract for the extension and relocation of water lines and installation of frost proof water hydrants at various locations in the Public Use area of the Harry S. Truman Dam and Reservoir Project. The solicitation will be available on or about 17 February 2012 on the FedBizOps website at www.fbo.gov. The Bids will be due approximately 15 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times The general scope of work includes, but is not limited to; Extension and relocation of water lines and installation of frost proof water hydrants at various locations in the Public Use area of the Harry S. Truman Dam and Reservoir Project. These water line extensions and relocation may involve as few as 10 feet up to 250 feet of new line. This solicitation will be issued as an Invitation for Bid (IFB) which will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is anticipated to be 90 (Ninety) calendar days from Notice to Proceed (NTP). At this time, no options have been identified for this project. If the price schedule is changed to include options prior to the release of the solicitation, the pre-solicitation announcement will be modified. If the price schedule is changed to include options after release of the solicitation, the solicitation will be amended accordingly. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $25,000 - $100,000 The North American Industry Classification System (NAICS) Code for this project is 221310, and the size standard is $7,000,000.00. This solicitation will be issued as a Full Set-Aside for Small Business. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Disadvantaged Business, Women-Owned Small Business, HUB Zone Small Business, Service-Disabled Veteran-Owned Small Business, and Historically Black Colleges & Universities/Minority Institutions (HBCU/MI), sources may submit a bid, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Prot g Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement in advance of submitting an offer. Bids received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 14 and award will be made to the lowest responsive bid from a responsible source. HOW TO OBTAIN A COPY OF THE SOLICITATION - - - To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. PLEASE NOTE: CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained and online registration may be accomplished at www.ccr.gov. One can also contact the Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. ORCA REQUIREMENTS: Offerors are required to complete ORCA requirements prior to submitting their bid. ORCA may be accomplished at http://orca.bpn.gov. POINTS-OF-CONTACT: The point-of-contact for administrative or contractual questions is Hilary O. Meckel, who can be reached at 816-389-3500 or by e-mail at Hilary.o.meckel@usace.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is Mr. J.D. Kindle. Mr. Kindle can be reached at 816-389-2291 or by e-mail at james.d.kindle@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-12-B-0001/listing.html)
 
Place of Performance
Address: Harry S. Truman Project Office 15968 Truman Road Warsaw MO
Zip Code: 65355
 
Record
SN02666183-W 20120204/120202234603-c34f0eb1f8cb84a8091f4b6e0c242121 (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.