SOLICITATION NOTICE
Y -- Road Rehab IDIQ SATOC at Big Bend Dam, SD
- Notice Date
- 5/22/2020 7:29:30 AM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F20B0030
- Response Due
- 6/5/2020 10:00:00 AM
- Archive Date
- 06/20/2020
- Point of Contact
- Daniel D. Monahan, Phone: 4029952886, David W. Neal, Phone: 4029952988
- E-Mail Address
-
daniel.d.monahan@usace.army.mil, david.w.neal@usace.army.mil
(daniel.d.monahan@usace.army.mil, david.w.neal@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- On or about 05 June 2020, U.S. Army Corps of Engineers (USACE) � Omaha District, intends to issue an Invitation for Bid (IFB) for a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for Road Rehab at Big Bend Dam near Fort Thompson, SD. The solicitation will close on or about 07 July 2020.� The SATOC is for a broad range of maintenance, repair, and minor construction work on roadways at Big Bend Dam, SD. During the contract period, the government will identify tasks required to complete each specific job and will issue Requests for Proposals (RFPs). The contractor shall be required to furnish all materials, equipment and personnel necessary to manage and accomplish the Task Orders (TOs). The Task Orders may include construction, removal, replacement, and repair associated with roadway projects. Removal, replacement and/or repair of existing subgrade, utilities, shoulders, curbs, gutters, sidewalks and other real property common to roadways may also be included. � This is a pre-priced line item contract. Task Orders issued under this contract shall be negotiated and priced based on Exhibit Line Items (ELINs). On rare occasions, some task orders may include work that is not included on the ELIN schedule. In these cases, non-pre-priced (NPP) items may be negotiated, but the total price of NPP items cannot exceed 10% of the task order value. However, the contracting officer may exceed the 10 percent if the NPP portion of the order involves urgent or emergency situations or if the contracting officer determines it is a good business decision. Any proposal with a NPP item exceeding $2,000 must include three quotes from competing sub-contractors/suppliers, to aid the government in establishing fair and reasonable pricing for the NPP item.� The SATOC minimum guarantee will be $10,000 over a five year ordering period, which includes a three year base period and two year option period. Total contract capacity is $1.8M. Solicitation documents will be posted to the web via Beta SAM.gov (beta.sam.gov). Find solicitation announcement in Beta SAM.gov (beta.sam.gov). 1. Use the �All Award Data' to locate the project (by entering the solicitation number. 2. By using the �login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the left side reading �Attachments/Links�. All responsible sources may submit a bid which shall be considered by the agency.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/86f906b112e34ba3a9e5643b2715252e/view)
- Place of Performance
- Address: SD, USA
- Country: USA
- Country: USA
- Record
- SN05669068-F 20200524/200522230157 (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 |