Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2012 FBO #3822
SOLICITATION NOTICE

Z -- Two Step Design Build Repair of Fort Peck Plunge Pool

Notice Date
5/10/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-12-R-0013
 
Response Due
5/25/2012
 
Archive Date
7/24/2012
 
Point of Contact
Sara Jackets, 402-995-2424
 
E-Mail Address
USACE District, Galveston
(sara.l.jackets@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
On or about 26 May 2012, this office will issue the Phase I Request For Proposal (RFP) for Repair of Fort Peck Plunge Pool at Fort Peck, Montana. The solicitation will close on or about 25 June 2012. In Phase 1 of the 2 phase design-build selection procedure, interested firms or joint venture entities (referred to as "offerors") submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria contained in the Phase 1 RFP and will short-list up to four (4) of the Phase 1 Offerors to compete for the design-build contract in Phase 2. There will be no site visit for the Phase 1 RFP. Site visit information, including date, time and meeting location, will be provided to the Phase 2 Offerors in the Phase 2 RFP. _______________________________________________________________________ Project Description: The Omaha District, US Army Corps of Engineers is seeking qualified firms to submit qualifications as required for the Phase I RFP to complete the following work: The project includes design-build efforts to repair recent flood damage to the Ft Peck Plunge Pool. Potential repair alternatives include armoring existing cutoff walls, constructing RCC Wing Walls, filling the existing scour hole, extending the existing stilling basin and spillway walls, installing energy dissipation features and providing downstream riprap protection. Additional information regarding which of these alternative(s) will be required will be provided in the Phase I RFP and Phase II RFP. Please note: Other contractors may be performing work simultaneously in the same general vicinity of the work. The Contractor shall cooperate and coordinate with other contractors and dam personnel as necessary in the interest of timely completion of all work. The estimated construction cost of this project is between $10,000,000 and $25,000,000. _______________________________________________________________________ The Contractor will be required to commence work within 10 calendars days after notice to proceed and complete the work no later than 720 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 https://www.bpn.gov/ccr/default.aspx and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at https://orca.bpn.gov. Representations and certifications are required to be 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 update to ORCA. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (www.fbo.gov). Find solicitation announcement in Federal Business Opportunities (www.fbo.gov) 1. Use the 'Quick Search' to locate the project (by entering the solicitation number) or use the advanced search features offered in the 'Find Opportunities' (large arrow in the middle of the page) or use the 'Opportunities' tab followed by the 'Advanced Search' tab. 2. By using the 'login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading 'All Files' or from the 'Packages' tab. 4. If you want other vendors, sub-contractors or contractors to contact you, click on the 'Interested Vendors' tab and then 'Add me to Interested Vendors' link at the bottom of the page. Questions should be made to: Sara Jackets at (402) 995-2424 or sara.l.jackets@usace.army.mil. Telephone calls regarding Small Business matters should be made to: (402) 995 2910.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-12-R-0013/listing.html)
 
Place of Performance
Address: USACE District, Omaha Lake Office, P.O. Box 208 Fort Peck MT
Zip Code: 59223-0208
 
Record
SN02744178-W 20120512/120510234741-7bf6cb8d1b18dbeeca8e6c66c379ced5 (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.