SOLICITATION NOTICE
Y -- Benedictine Bottoms Construction Project
- Notice Date
- 6/24/2013
- 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-13-B-1009
- Response Due
- 8/8/2013
- Archive Date
- 8/23/2013
- Point of Contact
- John Akin, 816-389-3665
- E-Mail Address
-
USACE District, Kansas City
(john.h.akin@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Benedictine Bottoms Chute Construction 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 Benedictine Bottoms Chute Construction located in Atchison County, KS. The solicitation will be available on or about 8 July 2013 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. The contract is to construct habitat features to restore fish and wildlife habitat at Benedictine Bottoms near Atchison, KS. The contractor shall construct two flow-through chutes (a 7,861' long Main Chute and a 3,048' long Independence Creek Chute) with entrances and exits connecting to the river. The Main Chute includes a grade control structure, four windrow revetments, three tie-back chutes, bench cuts, and associated underseepage berms to maintain levee safety. The Independence Creek Chute includes a grade control structure, a windrow revetment, and an associated underseepage berm to maintain levee safety. The contract also includes demolition of an abandoned grain silo to create room for the underseepage berm. This solicitation will be issued as an Invitation for Bid (IFB) which will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction project will be noted in the actual solicitation. 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 $10,000,000.00 and $25,000,000.00. 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 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: In accordance with FAR 52.212-1(k) the prospective awardee shall be registered and active in the Central Contractor Registration (CCR.gov). The Central Contractor Registry (CCR) has now migrated to the System for Award Management (SAM). If you were previously registered in CCR, your registration should have been moved to SAM, and you just need to open an account, see the following link for instructions. https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf. If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf to register. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. 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 since this is the season for inclement weather. Keep in mind there is limited street parking around the Federal Building. POINTS-OF-CONTACT: The point-of-contact for contractual questions is Mr. John Akin. Mr. Akin can be reached at 816-389-3665 or by e-mail at john.h.akin@usace.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is Mr. Whitney Wolf. Mr. Wolf can be reached at 816-389-3315 or whitney.k.wolf@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: Benedictine Bottoms Conservation Area Point of Contact(s): John Akin (816) 389-3665
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-13-B-1009/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
- SN03097988-W 20130626/130624234654-5d1b9dbdf85ce3f4fce2056cedc1538a (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 |