The RFP Database
New business relationships start here

2019 Levee Rehab Saline County Levee District No 2 Levee


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

The Saline County project is a levee system that reduces flood risk to approximately 3,347 acres of Missouri River floodplain in Saline County, Missouri. The levee system includes 7.12 miles of earthen levee and 7 gravity drains along the Missouri River. The levee is operated and maintained by the local sponsor, the Saline County Levee District No. 2. The area behind the levee is predominately agricultural with associated farm structures and some residential development.



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 to the Saline County Levee District No 2 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 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.


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. At this time, no options have been identified for this project.


Currently, no Pre-Solicitation Conference is planned for solicitation. If the Government does elect to hold a Pre-Solicitation Conference, the presolicitation announcement will be modified accordingly.


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 North American Industry Classification System (NAICS) code for this project is 237990-Other Heavy and Civil Engineering Construction, and the size standard is $39,500,000.00.


This solicitation will be issued as a 100% 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 proposal, which will be considered by the agency.


Bids received in response to this solicitation will be evaluated in accordance with the Federal Acquisition Regulations (FAR) Part 14. An award will be made to the lowest responsive bid and from a responsible source.


Bids will not be accepted or considered by email or other forms of electronic means. It is anticipated that the invitation for bid will be issued on or about 21 November 2019.


HOW TO OBTAIN A COPY OF THE SOLICITATION


To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. All amendments will be available only from the FBO website. Bidders are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation.


The website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of internet connectivity or for a bidder's inability to access the document at the referenced website. If you experience any difficulties you may need to adjust your firewall or security measures on your computer.


Please do not call requesting for additional information. The Corps of Engineers has provided all the information we have at this time into this public announcement. We will immediately convey any vital information to the public if received.


Prior to award, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated FREE WEB SITE that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site. If you were previously registered in CCR and ORCA, your organization's information is already in SAM.


You will only need to set up a SAM account by using this link https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf .


If you were not registered in CCR you will need to go to this link and select "Register/Update New Entity". https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf .


**SAM NOTARIZED LETTER PROCEDURES: An original, signed, and notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number is now required before a NEW SAM.gov entity registration is activated or an EXISTING entity is updated or renewed.


The notarized letters MUST BE POSTAL SERVICE MAILED (not emailed or faxed) to the "FEDERAL SERVICE DESK" and must contain the information outlined in the "instructions for domestic entities" or "instructions for international entities" located at https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of- systems-management/integrated-award-environment-iae/sam-update. Templates for appointing an Entity Administrator are included within the respective instructions**.


Bidders are requested to review the specification in its entirety once posted.


 


Sheila Nimrod, Contract Specialist, Phone 8163892252, Email sheila.d.nimrod@usace.army.mil - David M. Best, Contracting Officer, Phone 8163893404, Email david.m.best@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP