Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

Y -- Portsmouth Local Protection Project, Portsmouth, Ohio

Notice Date
1/13/2021 8:56:47 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W9123720R0008
 
Response Due
1/26/2021 1:30:00 PM
 
Archive Date
02/10/2021
 
Point of Contact
Karen L. Simmons, Phone: 3043995182, Fax: 3043995281, Roy Massey, Phone: 3043995046
 
E-Mail Address
karen.l.simmons@usace.army.mil, roy.g.massey@usace.army.mil
(karen.l.simmons@usace.army.mil, roy.g.massey@usace.army.mil)
 
Description
The Huntington District, U.S. Army Corps of Engineers intends to procure one Construction Contract for Huntington District U.S. Army Corps of Engineers (USACE) Portsmouth Local Protection Project, Portsmouth, Ohio. The general description of the work for this contract consists of furnishing all materials, equipment, labor, layouts of work features, and supervision needed to accomplish work related to the repairs and stabilization of the Portsmouth Local Protection Project, which includes replacement of approximately 750 feet of damaged 18-inch storm sewer pipe and manholes, replacement of three (3) 36-inch flood pump station discharge pipes with three (3) anti-siphon valves, removal and replacement of 120 feet of� 30 to 36-inch sewer pump station discharge pipes and combustible air valve, protect and restore all athletic fields located near the construction site and bypass pumping during construction. Responsibilities of the Contractor include, but shall not be limited to, all planning, programming, administration, coordination, and management to ensure that all work is performed in accordance with all State and Federal laws, regulations, codes or directives. The Contractor shall be responsible for ensuring that the work performed meets or exceeds the requirements of the contract. The Contractor shall perform all related Contractor administrative services necessary to perform the work, such as quality control, contractor financial control, and maintenance of accurate and complete records and files. Also included in the Contractor's area of responsibility is establishing and executing a Contractor Safety Program to ensure that all work is performed in strict accordance with all health, safety and environmental laws, regulations, codes and directives (including EM385-1-1); to protect the general public, as well as Contractor and Government employees. The contract will be awarded to the offeror whose proposal conforms to the solicitation and is within a technical/price competitive range as determined by the Contracting Officer and has been evaluated as most advantageous to the Government, all factors considered. All responsive proposals will be evaluated utilizing the following factors: (1) Technical Approach, (2) Experience, (3) Management Approach, (4) Past Performance, (5) Small Business Participation Plan and (6) Cost/Price. �Technical Approach, Experience, and Management Approach, are equal in importance and are more important than Past Performance, which is more important than Small Business Participation Plan. All evaluation factors, other than cost or price, when combined, are significantly more important than cost or price.� The NAICS code for this procurement is 237990, which has a size standard of $36.5 million average annual receipts.� Per FAR 52.219-14, the small business concern will be required to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. An organized site visit will be conducted on November 13, 2020.� See solicitation for full details.� The contract will be awarded to the offeror who is found to be responsive and responsible and most advantageous to the Government, all factors considered.� This procurement is a Full and Open competition. Solicitation documents will be available on or about November 5, 2020 and can be downloaded at http://www.beta.sam . ALL SUBMISSIONS TO THIS REQUEST FOR PROPOSAL ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY THROUGH DOD SAFE. No paper copies, CD-ROMs or facsimile submissions will be accepted. Electronic Proposal Submission is required through the Army�s Electronic File Sharing Service, DOD SAFE (https://safe.apps.mil). There are no user accounts for SAFE. Authentication is handled via email. Anyone has access to DOD SAFE, and the application is available for use by anyone. The SAFE �Getting Started Guide� has information on how to utilize the system (https://safe.apps.mil/about.php). Instructions for uploading are as follows: Send an email to the Contracting Officer, Samantha L. Stiles, and Contract Specialist, Karen L. Simmons, to receive the link to drop off your proposal. This will need to be completed no more than five (5) business days and no less than two (2) business days prior to the proposal due date. Offerors that fail to email to request a code no less than two (2) business days prior to the proposal due date accept the risk in not receiving a request cod in time for upload to the DOD SAFE site. Karen L. Simmons, Contract Specialist, at Karen.L.Simmons@usace.army.mil Samantha L. Stiles, Contracting Officer, at Samantha.L.Stiles@usace.army.mil b. You will receive an email with the link to submit your drop-off. c. Short Note to the email Recipients: Click the Add Files or Drag and Drop your files. For file description, enter W9123720R0008-FIRMNAME. d. Click the �Upload� button to send documents. Please note, as of April 2018, GSA�s System for Award Management (SAM) system is requiring new registrations and renewals of existing registrations to submit an original signed notarized letter identifying the authorized Entity Administrator. The notarized letter is not to be submitted to the Huntington Contracting Office as it is not our requirement. Vendors are encouraged to check their entity�s status in www.SAM.gov and plan accordingly. If the prospective contractor is not registered in the SAM database, the Contracting Officer will follow the procedures in FAR 4.1103. Contact the supporting Federal Service Desk at www.fsd.gov, or by telephone at 866-606-8220 (toll free) or 334-206-7828 (internationally) Monday through Friday from 8 am to 8 pm EDT, for free assistance. The SAM registration process may take several weeks to process once submitted. Please carefully consider this information when deciding to submit your proposal.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0cd4306f64644f1585154914e0e22d89/view)
 
Place of Performance
Address: Portsmouth, OH 45662, USA
Zip Code: 45662
Country: USA
 
Record
SN05891250-F 20210115/210113230105 (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.