The RFP Database
New business relationships start here

Eagle Island Improvements - Toe Berm


North Carolina, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The USACE Wilmington District is contemplating a solicitation for improvements at Eagle Island Dike, in Wilmington, North Carolina. The project includes work at Cells 1, 2 and 3 of the Government owned Eagle Island Confined Disposal Facility. The main features of work for the base contract will be at Cells 2 and 3. The work for the base contract consists of constructing toe berms along the outside toe of the existing dike on the east and west sides of the Cell 2, repair of a slide area and construction of a toe berm along the inside toe of the existing Cell 2 west side dike near Spillway 4, the removal and replacement of pipes at Spillway 4, Spillway 5 and Spillway 6, relocation of the spillway risers and adding new spillway sections to increase the height of the spillway risers. Also in the base contract is the completion of the raising of the dike embankment to 42-feet between Stations 250+00 and 260+00 located in the northwest corner (near Spillway 9) of Cell 3. The interior of Cell 2 dredge material disposal area will be available as a source of borrow material and will require pumping and dewatering

The optional work will take place at Cell 1. The optional work will consist of toe berm construction along the outside toe of the existing Cell 1 west side dike.


The contract issued will be Firm Fixed Price.


*****************FOR AMENDMENT 2:  DO NOT USE THE U.S. ARMY MISSILE AND RESEARCH DEVELOPMENT AND ENGINEERING COMMAND (AMRDEC) SAFE ACCESS FILE EXCHANGE (SAFE).  THIS SITE WILL NO LONGER BE SUPPORTED AS OF COB 15 AUGUST 2019. 

PROPOSALS SHALL BE EMAILED TO BOTH:  ROSALIND.M.SHOEMAKER@USACE.ARMY.MIL AND ALICIA.G.EVANS@USACE.ARMY.MIL.  ;

ONLY THOSE CONTRACTORS THAT SUBMITTED A BID BY THE BID OPENING DATE AND TIME MAY SUBMIT A PROPOSAL. *****************************

The Magnitude of Construction of this project is between $5,000,000 and $10,000,000. This solicitation will be issued in electronic format only and will be on or around 27 June 2019. The bid opening date will be specified in the solicitation when it is issued. No additional media (CD-ROM, floppy disks, faxes, etc) will be provided. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation is a 100% Small Businesses Set Aside. The North American Industry Classification System (NAICS) code is 237990- Other Heavy and Civil Engineering Construction and the size standard is $36,500,000.00.


Offerors must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website at http://www.sam.gov. After completing SAM, in order to download documents contractors and their subcontractors must register at www.fbo.gov. In order to locate solicitation, Contractors can go to FedBizOpps and search for the solicitation number at www.fbo.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Bidder's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Andrea Green, Contract Specialist, phone 910-251-4700, fax 910-251-4025, or email andrea.m.green@usace.army.mil.


 


Alicia Evans, Contract Specialist, Phone 9102514785, Email alicia.evans@usace.army.mil - Rosalind Shoemaker, Contracting Officer, Phone 9102514436, Email rosalind.m.shoemaker@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP