Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2019 FBO #6513
MODIFICATION

99 -- Rehabilitation Henry Pohl Levee, in Atchison County, Kansas. - Solicitation 1

Notice Date
9/23/2019
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-19-B-1020
 
Archive Date
11/8/2019
 
Point of Contact
Richard A. Mathena, Phone: 8163892041, David M Best, Phone: 816 389 3404
 
E-Mail Address
richard.a.mathena@usace.army.mil, david.m.best@usace.army.mil
(richard.a.mathena@usace.army.mil, david.m.best@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Henry Pohl Levee Rehab solicitation documents The U.S. Army Corps of Engineers, Kansas City District, Invitation for Bid (IFB) solicitation for Construction Services to Rehabilitate Henry Pohl Levee, in Atchison County, Kansas. The Henry Pohl Levee project is a levee system that reduces the occurrence of flooding to approximately 650 acres of Missouri River floodplain in Atchison County, Kansas. The levee system includes 3.6 miles of earthen levee and 7 gravity drains. The levee is operated and maintained by the local sponsor, the Atchison County Kansas Conservation District. The area behind the levee is predominately agricultural with some residential, local government, and commercial development. The general scope of work: The recommended course of action is in-place repair (re-grading) of the riverside and landside slope erosion with additional fill as needed. The recommended repair for crown erosion is placement of fill to bring the levee back to previous protection levels. The recommended repair for the breach from station 8+39 to 11+30 is a 1325' long landward levee setback consisting of a 10' crown and 1 foot vertical on 3 foot horizontal slopes. The recommended repair for the riverside foreshore erosion is a 400' long landward levee setback consisting of a 10' crown and 1 foot vertical on 3 foot horizontal slopes. All areas requiring in-place repair, set back, additional fill, or sod damage will require seeding and mulching. see solicitation for site visit information In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $100,000 and $250,000. This solicitation will be issued as an Invitation for Bid (IFB) and evaluated in accordance with FAR Part 14. The IFB will result in the award of a single firm fixed price (FFP) construction contact. 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. The North American Industry Classification System (NAICS) Code for this project is 237990, with a size standard of $36,500,000.00. This solicitation is being issued as 100% 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 bid, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Protégée 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. 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 amendment 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 a bid, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site. If you were previously registered in CCR and ORCA, your organization's information is already in SAM. You just need to set up a SAM account and migrate your CCR roles. Here is the link if you need to register your entity WW.SAM.gov. THERE IS NO CHARGE AND NO FEES ARE REQUIRED TO COMPLETE THE SAM.GOV REGISTRATION. Contracting Office Address: USACE District, Kansas City, ATTN: CENWK-CT Rm. 647/ 601 Federal Building East 12th Street, Kansas City MO 64106-2896 Place of Performance: Atchison County, KS- Specific site will be detailed in solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-19-B-1020/listing.html)
 
Place of Performance
Address: Atchison County, KS- Specific site will be detailed in solicitation, Kansas, United States
 
Record
SN05454344-W 20190925/190923230717-810a1db5df0d044c515f030d702ce4d5 (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.