SOLICITATION NOTICE
Y -- 2019 Levee Rehab Saline County - Salina Kansas
- Notice Date
- 9/8/2020 3:16:51 PM
- 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
- W912DQ20B1082
- Response Due
- 10/9/2020 12:00:00 PM
- Archive Date
- 10/01/2020
- Point of Contact
- Sheila Nimrod, Phone: 8163892252
- E-Mail Address
-
sheila.d.nimrod@usace.army.mil
(sheila.d.nimrod@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers, Kansas City District, intends to issue an Invitation for Bid (IFB) solicitation for Construction Activities for Levee repair in Salina, Kansas; Saline County 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 placing riprap with grout for the left and right bank of an existing grade control structure on the Smokey Hill River; earthwork operations, bringing in fill and borrow material from a pre- determined site, haul road development, clearing of debris as necessary, erosion repair, rutting repair, levee surfacing, various stone surfacing/placement, installation of stone armored protection, installation and rehabilitation of drainage structures and associated apertures, and establishment of turf for repairs of compromised landside, riverside, and crown levee sections. 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. �All responsible Small Disadvantaged Business, Women-Owned Small Business, HUB Zone Small Business, Service-Disabled Veteran-Owned Small Business, and Historically Black Colleges & Universities/Minority Institutions (HBCU/MI), sources may submit a proposal, which will be considered by the agency. 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. In accordance with FAR 36.204 and DFARs 236.204, the estimated magnitude of this construction project is: Between $100,000.00 and $250,000.00.� The estimated period of performance for completion of construction is 120 calendar days from the Notice to Proceed (NTP). Bid Bonds shall be in the amount of 20% of the bid price or $3,000,000.00, whichever is the lesser of the two values. Payment and Performance Bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. Bids will be due the day and time specified in the solicitation. The solicitation will be available on or about 15 August 2020. This procurement is competitive small business set a-side.� All responsible Small Disadvantaged Business, Women-Owned Small Business, HUB Zone Small Business, Service-Disabled Veteran-Owned Small Business, and Historically Black Colleges & Universities/Minority Institutions (HBCU/MI), sources may submit a bid, which will be considered by the agency. The North American Industry Classification System (NAICS) Code is 237990 (Other Heavy and Civil Engineering Construction), with a size standard of $36.5 million. To view or download the solicitation requires registration at the SAM.GOV website at https://beta.sam.gov/ and www.ProjNet.Org. �Any amendments will be available on https://beta.sam.gov/. Bidders are responsible for checking the https://beta.sam.gov/ and ProjNet websites frequently for any update(s) to this Pre-solicitation Announcement or Amendments to the Solicitation. The websites is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of internet connectivity or for bidders inability to access the document at the referenced website. Prior to bidding, interested bidders must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://sam.gov/protal/public/SAM/. If the bidder of a Joint Venture (JV), the JV entity must have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror in not successfully and actively registered in the SAM database, the Government reserves the right to award to the next prospective offeror. The solicitation and associated information will be available from beta.sam.gov website at https://beta.sam.gov�� This will normally be the only method of distributing amendments prior to closing; therefore, it is the bidder�s responsibility to check the website frequently for any amendments to the solicitation. Point of Contact: The point of contract for all questions/inquires is Sheila Nimrod at (816) 389-2252 or by email at sheila.d.nimrod@usace.army.mil. CC the Contracting Officer on all correspondence at david.m.best@usace.army.mil. Technical inquiries and questions relating to the solicitation are to be submitted via Bidder Inquiry in ProjNet at www.ProjNet.Org when the solicitation is made available.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/768c0996d1af42ad945536be646da0d9/view)
- Place of Performance
- Address: Salina, KS 67401, USA
- Zip Code: 67401
- Country: USA
- Zip Code: 67401
- Record
- SN05789641-F 20200910/200908230152 (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 |