Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W91236-20-B-0006
DLA Truck Scale (Construction) Richmond, VA This is a pre-solicitation notice. This is NOT a solicitation. Do NOT submit proposals or questions in response to this notice. The U.S. Army Corps of Engin...
DLA Truck Scale (Construction) Richmond, VA This is a pre-solicitation notice. This is NOT a solicitation. Do NOT submit proposals or questions in response to this notice. The U.S. Army Corps of Engineers-Norfolk District intends to issue an Invitation for Bids (IFB) for the acquisition of the DLA Truck Scale (Construction) Richmond, VA This procurement will be conducted in accordance with FAR Part 14, Sealed Bidding Procedures The requirement will be 100% Small Business Set-Aside. The applicable NAICS code is 236220 Commercial and Institutional Building Construction with a Business Standard of $39.5M. The Government intends to award a firm-fixed-price (FFP) Sealed Bid contract with two (2) CLIN’s and an Option CLIN. The magnitude of construction is between $1,000,000.00 and 5,000,000.00. Work includes but is not limited to pavement, foundations, scale, cameras, lighting, scale house, electrical power, telecom, and all associated infrastructure and incidental related work for a complete and useable system. In addition a Government furnished Radiation Portal Monitor (RPM) shall be installed on Contractor furnished foundations and infrastructure. The Contractor shall engage the services of Ludlum Measurements, the RPM manufacturer to provide the final electrical connections, start-up, testing, and user group training. The contract completion date will be 270 calendar days after notice to proceed. Contractors will be required to submit bonding documents prior to award. The Government intends to award a firm fixed priced contract to the responsible bidder whose proposal conforms to the terms of the IFB notice, is determined fair and reasonable, and offers the best overall value to the Government as determined through an IFB Sealed bid process. The IFB and accompanying documents will be issued electronically and will be uploaded to the Beta Sam website https://beta.sam.gov/ on or about 13 Dec 2019. Telephone calls or written requests for the IFB package will NOT be accepted. Prospective bidders are responsible for monitoring FBO to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective bidders must be registered in the System for Award Management (SAM) in order to be eligible for award. For inquiries about this synopsis, please contact Mr. Kevin Comegys Contract Specialist at kevin.e.comegys@usace.army.mil or Ms. Dianne K. Grimes at Dianne.k.grimes@usace.army.mil