Ohio River Shoreline Reconstruction Phase 2 at Paducah, Kentucky
The U.S. Army Corps of Engineers (USACE) Louisville District has issued Invitation for Bid (IFB) W912QR19B0003 for the Ohio River Shoreline Reconstruction Phase 2 project at Paducah, Kentucky. The pro... The U.S. Army Corps of Engineers (USACE) Louisville District has issued Invitation for Bid (IFB) W912QR19B0003 for the Ohio River Shoreline Reconstruction Phase 2 project at Paducah, Kentucky. The proposed project is for the Rehabilitation of pump stations #1, #3, #4, #5, #6, #10, and #12 consisting of roof repair/replacement, pump repair/replacement and structural repairs. Work consists of the following: Install new PLCs at all rehabilitated pump stations and install new PLCs at pump stations #2, #7, #9 and #11. Construct a new pump station #14 consisting of a concrete structure with a sluice gate. Rehabilitate the existing Bee Branch sluice gate support structure, construct a new Bee Branch sluice gate access bridge, and install new electrically actuated sluice gate operators for five sluice gates. Construct a new gatewell with sluice gate at Woodward Hollow with associated concrete equipment pad and 18" discharge pipe. Seal and fill existing levee toe drains at various locations. Repair existing waterstops in concrete T-walls by installing 16 external waterstops at various locations. Repair or replace various flap gates and sluice gates in structures near to existing pump stations. The Contract Duration is nine hundred thirty (930) calendar days from Notice to Proceed. 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 and Civil Engineering Construction. TYPE OF SET-ASIDE: This acquisition will be a Full and Open procurement with a HubZone Price Preference. SELECTION PROCESS: This is a SINGLE phase procurement. The bids will be evaluated using a Sealed Bid source selection process. An award will be made based on low price. Pro Forma Information such as a bid bond and financial capability statements will also be required to meet the minimum requirements of the solicitation. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000, in accordance with DFARS 236.204. RELEASE DATE: The Government anticipates released the solicitation on 29 March 2019 and approximate closing date on or about 14 May 2019. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation that is posted to https://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, which is posted, is available free of charge by electronic posting only and may be found at Federal Business Opportunities website, https://www.fbo.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 Federal Business Opportunities website at https://www.fbo.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 Offeror's 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 https://www.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. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer - System for Award Management, which indicates "All payments by the Government under this contract shall be made by electronic funds transfer (EFT)." Those not currently registered can obtain registration by going to the website https://www.sam.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from https://www.sam.gov. Refer to https://www.sam.gov for information formerly found in CCR, EPLS, ORCA, and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage https://www.sam.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »