Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2012 FBO #3857
SOLICITATION NOTICE

Z -- Lift Station Rebuild at Melvern Lake, KS

Notice Date
6/14/2012
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures 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-0035
 
Response Due
7/16/2012
 
Archive Date
9/14/2012
 
Point of Contact
Michael Dolly, 816-389-3430
 
E-Mail Address
USACE District, Kansas City
(michael.s.dolly@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis No. W912DQ-12-R-0035 Lift Station Rebuild at Melvern Lake, KS Osage County, KS The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for rebuilding the sewage lift station, located near the marina at Melvern Lake in Osage County, KS. The general scope of work includes the replacement of the pumps, base elbows, discharge piping in wet-well, discharge piping between wet-well and valve pit, check valves, gate valves, duplex control panel and floats. Install fiberglass risers to raise the wet-well height 36" and raise the valve box 48" and install aluminum covers and hatches. Remove existing concrete tops and place risers on existing concrete manholes. Dig up existing 4" piping between wet-well and valve box and replace with new piping. Install new valves and piping in valve box and connect to existing discharge piping. Install new junction box on approximately 6' high pole and install new control panel where the existing panel is located. Existing wire from control panel to wet-well may be used. 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. At this time, no organized site visit is planned for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation. If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable. 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. The Government reserves the right to amend or cancel the pre-solicitation or solicitation at any time. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $25,000 and $100,000. This solicitation will be issued as a Request for Proposals (RFP) which will result in the award of a single firm fixed-price (FFP) construction contract. The estimated performance period for completion is by September 4, 2012. The solicitation will be available on or about Monday, July 2, 2012 and proposals will be due on or about Monday, July 16, 2012. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 13. The following significant evaluation factors will be used as the basis for award: Price and Experience. The solicitation will include a list of evaluation factors, including any subfactors or elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evaluation factors will be issued by amendment. The North American Industry Classification System (NAICS) Code for this project is 237110 for "Water and Sewer Line and Related Construction," with a size standard of $33,500,000 in average annual receipts. This solicitation is being issued as total small business set-aside. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Business sources may submit a proposal, 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. The ability 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. Prior to submitting an offer, the firm 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. Offerors are required to complete ORCA requirements prior to submitting their proposal. ORCA may be accomplished at http://orca.bpn.gov. The point-of-contact for administrative or contractual questions is Michael Dolly. Phone: (816)389-3430, email: Michael.S.Dolly@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-12-R-0035/listing.html)
 
Place of Performance
Address: Melvern Project Office, US Army Corps of Engineers 31051 Melvern Lake Pkwy Melvern KS
Zip Code: 66510-9179
 
Record
SN02775538-W 20120616/120614235152-7078df7556da8fba7c04b47e24fc06f0 (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.