Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2020 SAM #6765
SOLICITATION NOTICE

Z -- Shoreline Stabilization and Jetty Repair - Harlan County Lake Project

Notice Date
6/5/2020 11:33:58 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
PAN002816
 
Archive Date
08/01/2020
 
Point of Contact
Sheila Nimrod, Phone: 8163892252, John Akin, Phone: 8163893577
 
E-Mail Address
sheila.d.nimrod@usace.army.mil, john.h.akin@usace.army.mil
(sheila.d.nimrod@usace.army.mil, john.h.akin@usace.army.mil)
 
Description
The Kansas City District, Operations Division, Harlan County Lake has a need for shoreline stabilization in multiple areas. Due to high lake levels in 2019, the shoreline at Harlan County Lake eroded into several campgrounds, recreation, boat ramps, and other project areas. Several jetties have also been damaged to include the crushed rock on top of the jetty which is used for public access. The U.S. Army Corps of Engineers, Kansas City District, intends to issue an Invitation for Bid (IFB) solicitation for Construction Activities for Shoreline Stabilization and Jetty repair due to damages sustained during the 2019 flood events. The scope of work consists of the following: construction work to include, but not limited to shoreline stabilization including accurate installation and sloping, correct material sizing, and additional placement of material to prevent further erosion. Shoreline protection work is necessary to provide adequate bank stabilization. To accomplish this project, additional riprap revetment shall be constructed. Jetty Rehabilitation will include replacing displaced rip rap on jetty sides and crushed rock on jetty top to provide access. 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. There will be an organized site visit planned for this solicitation. The details will be included in the solicitation. If there are any changes to the scheduled site visit, the correct time and location will be included in the solicitation or amendments as applicable. At this time there are no options identified for this project. The details will be included in the plans and specifications. 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 options have been identified for this project. Currently, no Pre-Solicitation Conference is planned for solicitation. If the Government does elect to hold a Pre- Solicitation Conference, the presolicitation 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-Other Heavy and Civil Engineering Construction, and the size standard is $39,500,000.00. This solicitation will be issued as unrestricted. Bids received in response to this solicitation will be evaluated in accordance with the 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. However, due to COVID-19 risk mitigation protocols electronic submission of bids may be authorized.� There will be language included in the solicitation to address this area specifically. It is anticipated that the invitation for bid will be posted by 19 June 2020. HOW TO OBTAIN A COPY OF THE SOLICITATION To view or download the solicitation requires registration at the Beta.SAM.gov website at https://beta.sam.gov/ �Downloads are available only through the Beta.SAM.gov website. All amendments will be available only from the Beta.SAM.gov website. Bidders are responsible for checking the Beta.SAM.gov 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. Prior to award, 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 now need a login.gov account to sign in to SAM as well as to create a SAM account. To create the login.gov account use the link https://login.gov/help/creating-an-account/how-to-create-an-account/ For additional help Login.gov frequently asked questions FAQs: https://www.sam.gov/SAM/pages/public/loginFAQ.jsf� To Create a SAM account (after establishing the login.gov) Follow the link: https://secure.login.gov/ ��select �Create an account� For additional assistance contact the nearest Procurement Technical Assistance Center (PTAC). To locate the nearest PTAC use the link: https://www.aptac-us.org/find-a-ptac/
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/30d55cb743174624aad44fe6f05581ad/view)
 
Place of Performance
Address: Republican City, NE 68971, USA
Zip Code: 68971
Country: USA
 
Record
SN05682033-F 20200607/200605230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.