Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2012 FBO #3945
AWARD

99 -- Emergency Repair of Flood Control Works, Levee Seeding With Minor Earthwork Repairs.

Notice Date
9/10/2012
 
Notice Type
Award Notice
 
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-B-1013
 
Response Due
8/23/2012
 
Archive Date
10/10/2012
 
Point of Contact
WILLIE HODGES, 816 389-3469
 
E-Mail Address
USACE District, Kansas City
(willie.e.hodges@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912DQ-12-C-1032
 
Award Date
9/5/2012
 
Awardee
PRUDENT TECHNOLOGIES, INC. (136022030) <br> 8080 WARD PKWY STE 405<br> KANSAS CITY, MO 64114-2020
 
Award Amount
$198,400.51
 
Line Number
0001-0003, 0005, and 0006
 
Description
The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Firm Fixed Price Construction Services type contract for the following levee districts: MRLS 482-R, MRLS 500-R, MRLS 512-513-R, Lower Chariton, and Henry Pohl Levee District. The Levees are located within the following states: Missouri, Nebraska, and Kansas. Interested vendors will have an opportunity to submit their bid on a total of five levees. Bidders will have the choice to bid on a single, multiple or all five levees, if it's their desire. An Offeror's bid will not be considered nonresponsive if they elect not to bid on all five levees. Award(s) will be made to the bidder(s) submitting the lowest price for each levee. Work for all five levee seeding projects will consist of some minor grading and surface repair to prepare areas for fertilizing, permanent seeding, mulching, including some maintenance of the seeded areas during the establishment period. The solicitation will be available on or about July 23, 2012 on the FedBizOps website at www.fbo.gov. The Bids will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. An organized site visit will be scheduled through the designated levee sponsor and Troy Fuemmeler. The sponsors contact information may be obtain through Troy Fuemmeler his contact information is (816) 591-3103. He is available from 08:00 to 15:00 Monday thru Friday. Participants will meet at the designated location chosen by sponsor or Troy Fuemmeler. Keep in mind this property is considered private property. By entering the property without proper authorization is considered trespassing and subject to being arrested. Please make the appropriate coordination with levee sponsor and Troy Fuemmeler before attempting to visit the levee site. Only scheduled site visits will be allowed. Coordinated site visits will be between the hours of 8:00 A.M. to 5:00 P.M Monday thru Friday. The dates for a scheduled site visit will be July 23, 2012 thru July 31, 2012. On July 31, 2012 all site visits need to be scheduled by 3:00 P.M. The deadline for questions to be submitted is August 7, 2012 by 3:00 PM. Questions will not be answered after August 7, 2012. Questions and response will be posted to the Federal Business Opportunity website on or about August 10, 2012. The general scope of work will require a contractor to provide all labor, materials, and equipment to repair damage from heavy rains during the June 2011 flood. The subsequent levees are located in the following counties and states: MRLS 500-R, located in Doniphan County, Kansas near Highland, Kansas. MRLS 482-R, located in Doniphan County, Kansas near Troy, Kansas. MRLS 512-513-R located in Richardson County, Nebraska, north of Rulo, Nebraska Lower Chariton located in Chariton County, Missouri near Glasgow, Missouri. Henry Pohl Levee District located in Atchison County, Kansas near Atchison, Kansas. This solicitation will be issued as an Invitation for Bid (IFB) which may result in the award of multiple firm fixed price (FFP) construction contracts from a single solicitation. The estimated performance period for completion of construction project will be noted in the actual solicitation. There will be no options. 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. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $250,000.00 and $500,000.00. The North American Industry Classification System (NAICS) code for this project is 237990, and the size standard is $33,500,000.00. This solicitation will be issued as a Set-Aside for Small Business. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Disadvantaged Business, Women-Owned Small Business, HUB Zone Small Business, Service-Disabled Veteran-Owned Small Business, and Historically Black Colleges & Universities/Minority Institutions (HBCU/MI), sources may submit a proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentoring 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 a bid. Bids received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 14. An award will be made to the lowest responsive bid and from a responsible source. Bids will not be accepted or considered by email or other forms of electronic means. HOW TO OBTAIN A COPY OF THE SOLICITATION 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. If you experience any difficulties you may need to adjust your firewall or security measures on your computer. Please do not call requesting for additional information. The Corps of Engineers has provided all the information we have at this time into this public announcement. We will immediately convey any vital information to the public if received. PLEASE NOTE: CCR REQUIREMENTS: Prior to award of a contract or agreement, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Online registration instructions may be obtained through the following website www.ccr.gov. One can also contact the Central Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. ORCA REQUIREMENTS: Bidders are required to complete ORCA requirements prior to award. ORCA may be accomplished at http://orca.bpn.gov. Please note there are special requirements related to sending/hand delivering your bids to the federal building due to 9/11. Be sure to arrive early in case you have any problems with security. A valid photo identification card issued by the state or federal government will be required to enter the Federal Building (for example a driver's license, military identification card, passport, or an issued state or federal identification card). Keep in mind to plan ahead for inclement weather. Additionally, there is limited street parking around the Federal Building. POINTS-OF-CONTACT: The point-of-contact for contractual questions is Mr. Willie Hodges. Mr. Hodges can be reached at 816-389-3469 or by e-mail at willie.e.hodges@usace.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is Ms. Robin Wankum she can be reached at 816-389-3879 or robin.d.wankum@usace.army.mil. Contracting Office Address: USACE District, Kansas City, ATTN: CECT-NWK-C, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896 Place of Performance: USACE District, Kansas City ATTN: CECT-NWK-C, 700 Federal Building 60l East 12th Street Kansas City, MO. 64106-2896 Point of Contact(s): WILLIE HODGES (816) 389-3469
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-12-B-1013/listing.html)
 
Record
SN02874990-W 20120912/120910235814-ea5b6efcc6a2f593855c68eff6525a5c (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.