Inactive
Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
Notice ID:W912P819B0041
NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. PLANS AND SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL TH...
NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. PLANS AND SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE. This procurement is for 100% HUBZone SMALL BUSINESSES only. NAICS Code 237990. Solicitation No.W912P819B0041 is anticipated to issue as an Invitation for Bid (IFB). The resulting contract shall be a single Firm Fixed Price (FFP) contract. The solicitation is anticipated to issue on or about 18 March 2019. The bid opening date is anticipated to be on 18 April 2019, however, actual date of bid opening will be determined upon the solicitation advertisement date. The proposed project would manage seepage flow to improve levee stability by designing seepage control measures between levee stations 160+00 and 181+00. The proposed action is located approximately 4 miles south southwest of downtown Baton Rouge adjacent to River Road. The project consists of construction of 15 relief wells placed approximately 130 feet apart near the toe of the existing levee. The location of the relief wells would be adjusted to avoid utilities and ramps. A permanent catch basin and pumping system would convey the water, discharged from the relief wells, back over the levee and into the river. The roadside ditch between the levee and the road would be designed and reconfigured to collect well outflow. Two catch basins and six permanent pumps would be installed to route the well outflow back over the levee and into the river via six 12-inch HDPE pipes (one pipe per pump) and flexible discharge hoses (Figures 2). Each pump has a pumping capacity of 1,150 gpm at the designated total dynamic head. Total discharge volume (i.e., seepage water pumped back over the levee and into the river) would vary based upon how much seepage is flowing into the catch basins. All excavated material removed from the site during construction would be hauled in watertight trucks with secured binders on tailgates to an approved commercial disposal facility. In accordance with FAR 36.204 Disclosure of the Magnitude of Construction Projects, the estimated value of this work is between $1,000,000 and $5,000,000. The Government will not provide written paper copies of the solicitation. Telephone, written, facsimile, or email requests for the solicitation package will not be honored. Potential contractors are responsible for monitoring this site for the release of the solicitation package and any amendments. The solicitation documents for this procurement will be posted on FedBizOpps (www.fbo.gov). You will need the Adobe Reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in FedBizOpps (www.fbo.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), to receive a Government contract award. You may register online at http://www.sam.gov. The Contract Specialist for this solicitation is Laura Temple who may be reached via e-mail at Laura.D.Temple@usace.army.mil.