Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2024 SAM #8290
SOLICITATION NOTICE

Y -- Adapt Dry Detention Basins - DSCC DLA, Columbus, OH

Notice Date
8/6/2024 7:21:50 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-41942044
 
Response Due
9/5/2024 1:00:00 PM
 
Archive Date
09/20/2024
 
Point of Contact
Morgan Greenwell
 
E-Mail Address
morgan.l.greenwell@usace.army.mil
(morgan.l.greenwell@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This RFP is for the LRN D/B Construction MATOC identified only. This is set-aside for the Small Business Contractors only. Howard W. Pence, INC. Geiger Brothers INC Custom Mechanical Systems Corp. Dear MATOC Contractors,� Reference is made to the Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contracts, Numbers W912P523D0005 through W912P523D0007, to provide Design Build Multiple Award Task Order Contract (MATOC) to support the DSCC Detention Basin Adaption to Construction Wetlands in Columbus, OH. We request you submit a price proposal for the Design-Build project of DSCC Detention Basin Adaption to Construction Wetlands (Columbus, OH), as detailed in the scope of work, drawings, and specifications posted on the System for Award Management website at SAM.gov. The documents are available for download on the SAM website only. All vendors must be registered in the SAM database. The RFP can be found by logging into the website as a vendor and searching on the solicitation number (W912QR-41942044). The estimated cost range is between $1,000,000.00 to $5,000,000.00. The basis for award of this task order is lowest evaluated price (base plus options). Please complete the price breakout schedule and include a labor category table demonstrating the use of the binding rates included in your MATOC contract. The submitted price breakdown should include sufficient detail to allow the Government to verify that your proposed price incorporates the binding rates from your base contract. Any level of effort shown in the submitted information will not be used for evaluation purposes and will be used only to ensure that the proposal is in compliance with the binding rates from the base contract. Offerors shall allow for Government acceptance of proposals for 60 calendar days from the date proposals are due. Any proposal that does not allow acceptance for 60 days will not be considered and will be rejected. Proposals are due no later than 4:00 PM Eastern Time on 05 September 2024. Submit your proposal by email to Morgan Greenwell at morgan.l.greenwell@usace.army.mil. Proposals not received by the stated date/time will not be considered. Please acknowledge receipt of this RFP by signing below in the space provided and returning to Morgan L. Greenwell via email. Note: Bonding and Insurance is required for this Task Order. See FAR 52.228-2, FAR 52.228-5, FAR 52.228-14, and FAR 52.228-15 located within section 00700 of your Base IDIQ Contract (W912P523D0001 through W912P523D0007). A site visit is scheduled for 14 August 2024 at 12:30 PM Eastern Time. For more information, please refer to FAR Clause 52.236-27, SITE VISIT (CONSTRUCTION). All questions regarding this Request for Proposal (RFP) must be submitted via ProjNet. The website to access this system is www.projnet.org and the bidder inquiry key for this specific project is EH6D3B-Q96U4Y. Government responses will be limited to: (a) Notice that an amendment will be issued; (b) Reference to an existing requirement contained in the solicitation; or (c) Notice that a response is not necessary. The ability to enter technical inquiries and questions relating to proposal procedures will be disabled five (5) days prior to the proposal due date. No Government responses will be entered into the ProjNet system within two (2) days prior to the proposal due date stated in this letter.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3fd03d1b15849729083befd5e41da81/view)
 
Place of Performance
Address: Columbus, OH 43213, USA
Zip Code: 43213
Country: USA
 
Record
SN07158227-F 20240808/240806230121 (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.