SOLICITATION NOTICE
Z -- Remove Excess Water & Sewer Lines DLA Richmond
- Notice Date
- 7/23/2020 8:39:44 AM
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123620B2008
- Response Due
- 8/7/2020 7:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Raven D. Sasser, Phone: 7572017136, Dianne K. Grimes, Phone: 7572017839, Fax: 7572017183
- E-Mail Address
-
raven.d.sasser@usace.army.mil, dianne.k.grimes@usace.army.mil
(raven.d.sasser@usace.army.mil, dianne.k.grimes@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Norfolk District, Corps of Engineers will be issuing a solicitation for a Small Business, firm fixed price, Invitation for Bid (IFB) to complete Remove Excess Water and Sewer Lines, DLA Richmond, VA PROJECT DESCRIPTION: U.S. Army Corps of Engineers (USACE) Norfolk District is seeking a business capable of repairing deconstruction of excess utility lines within the limits shown on the plans and incidental related work. The area of utilities removal shall be backfilled with suitable fill material and approved topsoil such that the contours and elevations will match those of the existing grades prior to the excavations to remove utility lines. Existing storm drainage system shall be protected. The work is located at the west side of DLA-DSCR. The work involves the demolition of utility lines no longer needed (and various appurtenances) and restoring area to pre-demolition condition. Obtain digging permits prior to start of excavation. Scan the construction site with electromagnetic or sonic equipment, and mark the surface of the ground where existing underground utilities are discovered. Verify the elevations of existing piping, utilities and any type of underground or encased obstruction not indicated to be specified or removed but indicated or discovered during scanning in locations to be traversed by piping, ducts, and other work to be conducted or installed. Personnel are limited to the immediate site areas and shall not enter buildings or facilities not involved in the work. This site is designated a Category II site and is defined as a current or former industrial site or other hazard producing activity site which is perceived to be a clean location; however, due to former industrial or other activities within or near the site, it has the potential for contamination. Liquidated Damages shall be assessed in the amount of $855.00 for each day of delay. In accordance with FAR the Magnitude of Construction is between $1,000,000 AND $5,000,000. The NAICS code applicable to this requirement is 237110, with a small business size standard of $39.5 million. The effort will be solicited and awarded utilizing the Sealed Bid procedures under FAR Part 14. THIS IS A 100% SMALL BUSINESS SET ASIDE. The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR 36 and FAR 14. THIS SOLICITATION WILL BE AN IFB. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. Bid bonds will be required with bid submittals. CONSTRUCTION TIME The commencement of work shall begin 30 days after the Notice to Proceed (NTP); all work shall be completed within 210 calendar days after the Notice to Proceed (NTP) A copy of this solicitation may be downloaded from the Beta Sam.Gov Web Site at https://www.beta.sam.gov �The solicitation will not be available in paper format; however, the Government reserves the right to revert to paper when determined to be in the Government's best interest. All documents required for the bid submittal, including amendments to the solicitation, shall be in paper medium. The Invitation for Bid due date will be at least 30 days after the IFB is posted on the BETA.SAM website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. TYPE OF SET-ASIDE: �100%Small Business Search on W91236% for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered Vendors with https://www.beta.sam.gov in order to download plans and specifications. In accordance with FAR 52.204-7, all vendors shall be registered in System for Award Management (SAM) at the time of bid opening, during performance and through final payment of any contract. Vendors must also be registered in Representations and Certifications Applications (included in SAM). Lack of registration in the SAM database will make an Offeror ineligible for award. Vendors may register for SAM by calling 1-866-606-8220 or register online at www.sam.gov. North American Industry Classification System (NAICS) Code applicable (236120 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. Inquires may be directed to Raven Sasser by email at raven.d.sasser@usace.army.mil cc�d Dianne Grimes at Dianne.K.Grimes@usace.army.mil. TELEPHONE INQUIRES WILL NOT BE HONORED.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ac6b159b260542c692d90faa53e8f5f5/view)
- Record
- SN05731264-F 20200725/200723230147 (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 |