Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2012 FBO #3848
SOLICITATION NOTICE

Y -- USACE Tulsa District HUBZone IDIQ MATOCs for MRR Services (Seed TO: Tenkiller Ferry Lake - Weir & Foundation Access Road) - Package #1

Notice Date
6/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-12-R-0032
 
Point of Contact
Pamela S. Moody, Phone: 9186697457
 
E-Mail Address
pamela.s.moody@usace.army.mil
(pamela.s.moody@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Attachment 3 - Seed TO Wage Rates Attachment 2 - Seed TO Specs & SOW Attachment 1 - MATOC Specs Solicitation A pool of up to five (5) MATOCs will be awarded through FAR Part 15 One-Step Best Value "Trade Off" Source Selection. When combined all non-cost factors are significantly more important than price. The Government is concerned with achieving the most advantageous balance between technical merit ("quality") and price. The degree of importance of price could become greater depending upon the equality of the technical proposals. If competing technical proposals are determined to be essentially equal, price could become the controlling factor. The MATOCs are IDIQ contracts as defined in FAR 16.504. Services will be provided by Firm-Fixed-Price (FFP) Task Orders (TOs). Only the Tulsa District shall issue TOs against this contract unless specifically authorized by a Tulsa District Contracting Officer. Each MATOC will be a three (3) year contract (base year plus two option years). The Government is under no obligation to issue any TOs against these MATOCs in excess of the minimum contract obligation of $3,000.00. No TO will be awarded that exceeds $5M. The shared sum of all TOs among the MATOCs (contract capacity) shall not exceed the estimated amount of $49.5M. The MATOCs are intended for maintenance, repair and rehabilitation of roads, paved surfaces and small inhabitable structures and slope and shoreline protection. Disciplines and related work requirements may include, but are not limited to: (1) Civil. Construction surveying, grading and earthwork, surface and subsurface storm drainage and drainage control structures, storm water management, erosion and sediment control, shoreline protection, clearing and grubbing, paving and surfacing for roads, parking areas, and sidewalks, parking layout, pavement markings, traffic control and signage, gates and fencing, curbs and gutters, railroads, dewatering, landscaping, seeding and sodding, riprap, retaining walls, buried structures, slope stabilization, foundations, borings, trenching, berms and utility relocation; and (2) Utilities. Sanitary sewers, lighting, and installation or relocation of other utilities as required for road repair and rebuilding or other site work. Location of projects could be anywhere in the USACE Tulsa District's area of responsibility: Tulsa District's MILCON boundaries include military installations in Texas, New Mexico and Oklahoma; Tulsa District's Civil Works boundaries include all of Oklahoma and portions of Texas and Kansas. SEED TO: Tenkiller Ferry Lake - Weir & Foundation Access Road This project will be a total turn-key contract with all work being performed by the Contractor. The Contractor shall provide all plant, materials, equipment, labor, instruments, tools, subcontractors, supervision, management, and travel necessary to complete all work in accordance with the Summary of Work, the provided drawing, the specifications, the basic MATOC clauses and specifications and all other contract documents and requirements. The work required is summarized as follows: (a) RUSHHOGGING - Existing vegetation shall be removed to a maximum remaining height of 3 inches by brushhogging (mowing) with a rotary mower. Brushhog immediately prior to stripping and only when the ground is sufficiently firm to prevent rutting. After brushhogging, remove all mowed vegetation by raking. (b) ROUGH GRADING - After raking, brushhogged area shall be rough graded. Rough grading shall be accomplished by heavy machine grading and some drifting of material in a balanced cut and fill method, similar to ODOT Section 209 MATHINE GRADING. Road shall be comfortably passable by passenger, automobile after completion of rough grading to the satisfaction of the ACO. (c) ROCK RILL - Rock fill shall be placed as shown on drawing. Rock fill material shall meet 1999 ODOT STANDARD SPECIFICATIONS, SECTION 713.03. Method of completion shall be submitted for approval by the ACO before rock fill is delivered on site. Payment shall be by the ton based on original weight tickets from rock material supplier's certified scale and (d) CONSTRUCT DITCH CHECK AND ESTABLISH DRAINAGE SWALE - Ditch check and drainage swale shall be as shown on drawing. A Preproposal Conference and Site Visit for the Seed Task Order will be held - information will be given via Amendment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-12-R-0032/listing.html)
 
Record
SN02767077-W 20120607/120605235921-f1c10d15a044ace063be2f4299b53c81 (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.