Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2020 SAM #6827
SOLICITATION NOTICE

Y -- Kansas Citys Levee Pump Station Modifications - Armourdale and the Central Industrial District

Notice Date
8/6/2020 8:41:31 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
W912DQ20B1004
 
Response Due
8/20/2020 9:00:00 AM
 
Archive Date
09/04/2020
 
Point of Contact
Jay B. Denker, Phone: 8163893934, Stephanie R. Kretzer, Phone: 8163892355
 
E-Mail Address
Jay.B.Denker@usace.army.mil, stephanie.r.kretzer@usace.army.mil
(Jay.B.Denker@usace.army.mil, stephanie.r.kretzer@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pre-Solicitation Notice The U.S. Army Corps of Engineers (USACE) Kansas City District intends to issue a 100% Small Business Set-Aside, Invitation for Bid (IFB) that will result in two Firm Fixed-Price contracts for Pump Station Modifications associated with the Kansas Citys Levee program. The solicitation is expected to be available on or about 13 July 2020 on the Federal website at https://beta.sam.gov/. The North American Industry Classification System (NAICS) Code is 237990, (Other Heavy and Civil Engineering), with a small business size standard of $39,500,000.00 million in average annual receipts.�� Contract One will be the Armourdale Pump Station Modifications:� 7 Pump Stations Work is located along the Armourdale Levee Unit in Kansas City, KS and consists of structural, stability, process, mechanical and electrical modifications to seven (7) existing pump stations.� Major features of work include, but are not limited to: replacement of existing pumps which will require improvements to the existing electrical distribution systems;� installation of rock anchors; structural modifications consisting of reinforced concrete beams and walls bonded to the existing structure by means of proper surface prep and adhesive anchors; raising the gatewells which involve modification to the existing slide gate stem; and concrete infill for added weight to resist floatation.� Minor work consists of demo, metal fabrications such as access ladders, discharge pipe penetrations, railings, ventilation upgrades, trash rack modifications, transformer upgrade, civil site grading and vegetation, etc. The contractor is also required to provide temporary bypass pumping while pumps are removed from the existing pump station. Contract Two will be the Central Industrial District Levee Unit (CID) Pump Station Modifications: 3 Pump Stations Work is located along the Central Industrial District Levee Unit in Kansas City, KS and Kansas City, MO and consists of structural, stability, process, mechanical and electrical modifications to three (3) existing pump stations.� Major features of work include, but are not limited to: replacement of existing pumps which will require improvements to the existing electrical distribution system; structural modifications consisting of reinforced concrete beams, walers and slabs bonded to the existing structure by means of proper surface prep and adhesive anchors; raising the gatewell which involves modification to the existing slide gate stem.� Minor work consists of demo, metal fabrications such as access ladders, discharge pipe penetrations, railings, ventilation upgrades, etc. The contractor is also required to provide temporary bypass pumping while pumps are removed from the existing pump station. Two contracts will be awarded from the single IFB solicitation. �One contract will be awarded for the Armourdale Pump Station Modifications, and a separate contract will be awarded for the CID Pump Station Modifications.� Contractors may submit a bid on either the Armourdale Pump Station Modifications or CID Pump Station Modifications, or contractors may submit bids for both.� Each levee unit bid will be evaluated individually. The estimated performance period for completion of construction is � Armourdale Pump Station Modifications: 1095 calendar days from Notice to Proceed (NTP). CID Pump Station Modifications: 540 calendar days from NTP. The estimated magnitude of each project is � Armourdale Pump Station Modifications magnitude is greater than $10,000,000. CID Pump Station Modifications magnitude is between $1,000,000 and $5,000,000 A bid Guarantee will be required with your bid in the amount of 20% of the Offeror�s proposed price or $3,000,000, whichever is less. Performance Bonds will be required for the full amount (100%) of the awarded contract before the NTP can be issued. If your firm is interested in these projects and plan on attending a site visit, please register by sending a request including a point of contact, and DUNS number by 8 July 2020.� This will allow us to plan the best approach for the site visit based on the number of interested firms.� E-mail your request to Jay.b.Denker@usace.army.mil ��The tentative dates for a site visit would be approximately 1 week after the solicitation is posted in the plan room. �At this time that would make the site visit during the last two weeks in July. Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. The official solicitation package will be posted to the Plan Room via www.projnet.org. ONLY CONTRACTORS WITH �ACTIVE� SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATIONS, ARE U.S. REGISTERED COMPANIES, AND HAVE NAICS CODE 237990* LISTED ON THEIR SAM REPORT WILL BE PROVIDED THE PLAN ROOM KEY. Please email Jay Denker at Jay.B.Denker@usace.army.mil and provide your firm�s DUNS or CAGE Code to allow the Government to review your firm�s SAM registration. If the SAM registration is verified with the noted requirements, the Plan Room Key will be provided. This can be done prior to the issuance of the solicitation and the plan key will be provided when the solicitation is posted. Point of Contact: The point of contact for all questions/inquiries is Jay Denker at phone number (816) 389-3934 or by email at jay.b.denker@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/904d4106f9c44a39a2dcd5682c6ed726/view)
 
Place of Performance
Address: Kansas City, KS 66101, USA
Zip Code: 66101
Country: USA
 
Record
SN05747951-F 20200808/200806230151 (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.