Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2017 FBO #5717
MODIFICATION

Y -- Rhodes Point Navigation Improvement Project, Rhodes Point, Smith Island, Somerset County, Maryland - Solicitation 1

Notice Date
7/17/2017
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-17-B-0008
 
Response Due
8/16/2017 12:00:00 PM
 
Point of Contact
Desiree Dirige, Phone: 4109620154
 
E-Mail Address
desiree.s.dirige@usace.army.mil
(desiree.s.dirige@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment G - Rhodes Point Plans 95% Attachment F - Rhodes Point Specification Attachment E - EFT Form Attachment D - Certificate of Corporate Authority Attachment C - SF LLL Attachment B - Wage Determination MD 170038 Attachment A - Wage Determination MD 170011 Rhodes Point Solicitation This proposed procurement is a competitive 100% Small Business Set-Aside procurement under NAICS 237990 "Other Heavy and Civil Engineering Construction" with a size standard of $36,500,000.00. Project Description: This is a "Two-Step Sealed Bid" for the construction of the Rhodes Point Section 107 Small Navigation Project, Smith Island, Somerset County, Maryland. The work includes realigning the channel, construction of two stone jetties, dredging of the channel, and adding shoreline protection both North and South of the Jetties with some wetland creation behind. The project scope includes dredging, and placing large stone in a limited visibility, often rough, marine environment. Work will include surveying, placing of stone, dredging, wetland creation, site preparation plus all necessary and essential utilities, permits, and work to satisfy mission essential operation requirements associated with this project. The magnitude of construction is between $5,000,000.00 and $10,000,000.00. Additional information in accordance with the statement of work will be included in the request for proposal (RFP) package. This will be a Two Step Sealed Bid Process. The two-step procedure is designed to obtain the benefits of sealed bidding by awarding a contract to the lowest price, responsive, responsible offeror. Step One under this bidding process consists of the request for, submission, evaluation, and (if necessary) discussion of a technical proposal. Only one technical proposal may be submitted by each offeror. The proposals are evaluated for technical acceptability. The technical proposal shall not include prices or pricing information. Offerors should submit proposals that are acceptable without additional explanation or information. The Government may make a final determination regarding a proposal's acceptability solely on the basis of the proposal as submitted. The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals that it considers reasonably susceptible of being made acceptable, and may discuss proposals with their offerors. Negotiations or discussions are held, if necessary. A notice of unacceptability will be forwarded to the offeror upon completion of the proposal evaluation and final determination of unacceptability. In the Step Two, the normal sealed bid process will be followed. Only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions in Step One, will be considered for award. Each bid in the second step must be based on the bidder's own technical proposal. Bidders shall comply with the specifications and the bidder's technical proposal Step 1 will be released on July 17, 2017 with proposals due no later than 12:00 PM EST on August 16, 2017. Step 1 of the solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of Federal Business Opportunities (FBO) System. To familiarize vendors with the system, please download the Vendor guide by logging into https://www.FBO.gov. The media through which the Government chooses to issue this solicitation will be the Internet only. This solicitation will not be issued in paper. Step 2 of the solicitation will only be available to those offerors selected to advance to Step 2. Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (237990 listed above) to this acquisition must be in vendor's SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-B-0008/listing.html)
 
Place of Performance
Address: Rhodes Point, Smith Island, Maryland, 21824, United States
Zip Code: 21824
 
Record
SN04581723-W 20170719/170717234838-5755ac393553541a599b1e23c2500d0e (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.