Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912DQ19B1014
The primary works consists of replacement of the underground collector extending east from Relief Well (RW 2) approximately 200 Linear Feet (L.F.) to RW 3. Side 2 of the collector runs from the east t...
The primary works consists of replacement of the underground collector extending east from Relief Well (RW 2) approximately 200 Linear Feet (L.F.) to RW 3. Side 2 of the collector runs from the east to the west, starting at RW 7 running west to RW 6 (90 L.F.), RW 6 to RW 5 (97 L.F.), RW5 to RW 4 (201 L.F.), and ending at RW 3 (188 L.F.) The total distance for the complete collector system is approximately 776 L.F. The pipe that runs from RW 3 to the outfall at the drainage ditch that leads to the main outlet channel will also be modified as part of this project. The discharge piping is approximately 90 feet in total length starting at RW 3 and moving south, under the dam toe road to the drainage ditch. The 12-inch collector pipe will be sliplined with a smooth wall HDPE pipe. The parallel 36-inch CMP will not be altered during this process. For a distance of 30 feet downstream of the collector pipe discharge, stone protection will be placed and for 240 feet downstream of the collector discharge the side slopes of the channel will be re-graded to 1V:4H and cleared of any vegetation . 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 $250,000.00 and $500,000.00. The North American Industry Classification System (NAICS)code for this project is 237990-Other Heavy and Civil Engineering Construction, and the size standard is $36,500,000.00. 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. 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.