Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2012 FBO #3863
SOLICITATION NOTICE

Y -- REPLACE RAILROAD BRIDGES (0.3 AND 4.3), FORT LEONARD WOOD, MISSOURI

Notice Date
6/20/2012
 
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
W912DQ12B4000
 
Response Due
8/14/2012
 
Archive Date
10/13/2012
 
Point of Contact
Carmen E. Hopkins, 816-389-3264
 
E-Mail Address
USACE District, Kansas City
(carmen.e.hopkins@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue an Invitation for Bid (IFB) solicitation for the replacement of Railroad Bridges (0.3 and 4.3) on or about July 12, 2012 via the FedBizOpps website at www.fbo.gov. This project includes The first phase of this project involves the removal of existing railroad track, guard rails and track accessories from existing timber trestle railroad bridge(s) at mile marker 0.3, with bridge at mile marker 4.3 possible subject to the availability of funds. Once the track is removed and stored for reuse, the existing timber trestle bridge(s) is / are to be demolished. The second phase involves construction of a new concrete and steel railroad bridge(s) to replace those removed. The maximum allowable outage for the rail line is 90 days if one bridge is built, and 120 days if both bridges are built. Once the new concrete and steel bridge(s) is / are constructed, the existing rails, guard rails, and track accessories are to be reinstalled in accordance with current track standards. This acquisition is 100% Total Small Business competition. This IFB will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 180 calendar days for one bridge and 210 calendar days for two bridges from Notice to Proceed (NTP). The government will accept bids from all bidders that qualify under NAICS code is 237990. This announcement serves as the advance notice for this project. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $1,000,000 and $5,000,000. A Bid bond will be required with your bid in the amount of 20% of the bidder proposed price or $3,000,000.00 whichever is less. Payment and Performance bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. Bids received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 14 to the responsible bidder whose bid will be most advantageous to the Government, considering only price and the price-related factors included in the invitation. HOW TO OBTAIN A COPY OF THE SOLICIATION: 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. Bidders 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 a bidder's inability to access the document at the referenced website. Central Contractor Registration requirements: Prior to submitting a bid, bidders must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions maybe obtained, and online registration may be accomplished at www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423. By submitting a bid, the bidder acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prospective contractors must be registered with CCR prior to award of any contract. ORCA Requirement: There is a new federal initiative called the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations (FAR) and previously found in Section 00 45 00 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for a contract award and prior to submitting a bid, a firm must be registered in the database. Please register your Representations and Certifications at https://orca.bpn.gov/. Detailed information can be found in cited FAR case, as well as by visiting the help section of the ORCA website. The help section includes background information, frequently asked questions, the ORCA handbook, and a phone number to call for assistance. VETS-100 Requirement: Per the Federal Acquisition Regulation (FAR) part 22.1303 all bidders must complete their VETS-100 report via the Department of Labor website at https://vets100.vets.dol.gov/ to be eligible for award. Points of Contact: The point of contact for all questions/inquiries is Carmen Hopkins and can be reached by phone at (816)389-3264 or by email at carmen.e.hopkins@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ12B4000/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 647 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02781388-W 20120622/120621000147-9a4202c48ea17adb77eb6926b6151bc9 (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.