Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

Y -- Rebuild Test Structures at Lima, OH

Notice Date
8/14/2020 10:31:51 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20B0019
 
Response Due
8/25/2020 7:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Jessica Moss, Phone: 5023156179
 
E-Mail Address
jessica.k.moss@usace.army.mil
(jessica.k.moss@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DESCRIPTION:�The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bid (IFB)�W912QR20B0019�Rebuild Test Structures at Lima, OH. This project includes a Construction of a new concrete mobility test slope and water fording pit. The new concrete mobility test slope will be pyramid shaped, 108'-7� long by 80' wide with a 20' wide center path that has a steep slope on each side, and on the 2 opposite sides a shallower slope to traverse and approximately 24� high on the top. New water fording pit will be 152' long, 26'-6� wide, with a 16' wide path for tanks to traverse, and an 8'-10"" wide walking path next to the fording pit.� Construction of new access drives and access pavement, new grading and drainage, new 8"" domestic water supply to a new hydrant and 6"" water supply and new sanitary sewer with oil separator at the fording pit. Installation of immersion electric water heaters for the water fording pit ice control.� Existing service utilities are anticipated to be utilized for new structures. Demolition of existing water fording site and concrete mobility test slope. Limited existing steam line utility and supporting structures demolition.� At the time of bid submission, offerors are required to be registered in the Joint Certification Program (JCP) run by DLIS and must also submit verification that the company is US owned and personnel are US Citizens in order to be considered responsive for this Invitation for Bid (IFB) contract award.� JCP information can be found at http://www.dlis.dla.mil/jcp.� A US Certification Letter will be included with the IFB package. At the time of bid submission, offerors are required to be registered in the Joint Certification Program (JCP) run by DLIS and must also submit verification that the company is US owned and personnel are US Citizens in order to be considered responsive for this Invitation for Bid (IFB) contract award. JCP information can be found at�https://www.dla.mil/HQ/LogisticsOperations/Services/JCP.aspx. A US Certification Letter will be included with the IFB package. TYPE OF CONTRACT AND NAICS:�This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237990 � Other Heavy Civil Engineering and Construction. TYPE OF SET-ASIDE:�This acquisition will be advertised as 100% Small Business Set-Aside. SELECTION PROCESS:�This is a sealed bid procurement operating under FAR Part 14. The bids will be evaluated based on the lowest price submitted. � CONSTRUCTION MAGNITUDE:�The magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000 in accordance with FAR 36.204. SOLICITATION WEBSITE:�The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website,�http:/beta.sam.gov. �Paper copies of the solicitation will not be issued.� Telephone and Fax requests for this solicitation will not be honored. �Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. �To download the solicitation for this project, contractors are required to register at the Contracting Opportunities website at�http://beta.sam.gov.� Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at�http:/beta.sam.gov�to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT:�The point-of-contact for this procurement is Jessica Moss, Contract Specialist, at�jessica.k.moss@usace.army.mil��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8f63c00f781542eba5bc59b7455e41a4/view)
 
Place of Performance
Address: Lima, OH 45801, USA
Zip Code: 45801
Country: USA
 
Record
SN05758567-F 20200816/200814230153 (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  © 1994-2020, Loren Data Corp.