SOLICITATION NOTICE
Y -- TURKEY CREEK FLOOD CONTROL PROJECT, CHEROKEE INTERCEPTOR STORM DRAIN
- Notice Date
- 5/30/2012
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- 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-R-1035
- Response Due
- 7/17/2012
- Archive Date
- 9/15/2012
- Point of Contact
- Ralph Yaple, 816-389-3040
- E-Mail Address
-
USACE District, Kansas City
(ralph.e.yaple@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Kansas City District, has a requirement for Construction of Turkey Creek Cherokee Interceptor flood control project and plans to solicit offers under a best value competitive request for proposals. The project is part of the Turkey Creek Flood Damage Reduction Project and is located in Kansas City, Kansas. The contractor will be required to install storm water pipes to capture storm water runoff from surrounding hillside. The primary pipe extends along Cherokee Street approximately 1,900 feet and consists of 66-inch to 78-inch RCP. The primary pipe starts at the upstream inlet and extends to Turkey Creek, crossing Southwest Boulevard and a main line railroad track. Alignment of the Cherokee Interceptor will require coordination of utility companies, tunneling under an active rail line, control of storm water in and outside of pipes, and traffic control. A Davis-Bacon Act wage decision will apply to this contract. The magnitude of the project is between $1 million and $5 million. The completion schedule is not to exceed 365 days. The solicitation is not set-aside and will be competed on an unrestricted basis under NAICS code 237990 other heavy and civil construction. The small business size standard is $33.5 million. The RFP will be available for download on or about 14 June 2012 with proposals due on or about 17 July 2012. A bid or proposal guarantee will be required in the amount of 20%. The evaluation factors, other than price are as follows: Similar Work Experience, Key Personnel, Contract Duration and Summary Schedule, Past Performance and Small Business Participation. The five non-price factors are listed in descending order of importance. Price is significantly less important than the technical factors considered together. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a solicitation package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccr.gov prior to submission of a proposal. The solicitation will be posted at FedBizOpps at www.fbo.bov and is available without charge. Offerors can search for the solicitation by using the solicitation No. W912DQ-12-R-1035 and can be placed on interested vendors list that others can access through the FedBizOpps website. It is the offeror's responsibility to watch the website for any changes or amendments to this solicitation. All responsible sources may submit a proposal which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-12-R-1035/listing.html)
- Place of Performance
- Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN02761196-W 20120601/120530235633-858bf07bd3352745791175504cc39dfe (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 |