Jameson Chute Repairs

Agency: DEPT OF DEFENSE
State: Missouri
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159932292400619
Posted Date: Mar 30, 2023
Due Date:
Solicitation No: W912DQ23B1005
Source: Members Only
Follow
Jameson Chute Repairs
Active
Contract Opportunity
Notice ID
W912DQ23B1005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST KANSAS CITY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 30, 2023 02:09 pm EDT
  • Original Published Date: Dec 21, 2022 12:32 pm EST
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: May 30, 2023
  • Original Inactive Date: Jan 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2PZ - REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    MO
    USA
Description

The US Army Corps of Engineers, Kansas City District, intends to issue a Invitation for Bid (IFB) solicitation that will result in a Firm-Fixed-Price contract for a requirement in Saline County, Missouri. The work includes, but is not limited to, rehabilitating or constructing control structures (dikes) and adjacent bank protection which may include revetments, bank armoring, bank paving, grading and/or excavation. Work consists of transport and placement of new stone for constructing stone features as outlined in the project plans and specifications. It is anticipated that all work to be performed will be completed by land-based equipment, but portions of the work may only be accessible by floating plant which will require Contracting Officer approval. No dredging is allowed on the project. Contractor shall be required to be in full compliance with state and federal Clean Water Act Guidelines. It will be solicited and evaluated in accordance with FAR Part 14.





The estimate period of performance for completion of the awarded contract is 520 calendar days from the Notice to Proceed (NTP).





The estimate magnitude of this project is between Between $5,000,000 and $10,000,000.





This procurement will be solicited as 100% total small business set aside utilizing the North American Industry Classification System (NAICS) Code 237990 for Other Heavy and Civil Engineering Construction.





The solicitation is expected to be available not less than 15 days of this notice, but within the next 60 days and bids are expected to be due at least 30 days after solicitation release date unless solicitation amendments extend the due date and time. The due date and time will be specified in the solicitation.





At this time, no Pre-Solicitation Conference is planned for this solicitation. If the Government does elect to hold a Pre-Solicitation Conference, the Pre-Solicitation Announcement will be modified accordingly.





There will be a site visit planned for this solicitation. The details to attend the site visit will be included in the solicitation.





Once the solicitation is posted, plans and drawings will be provided through Projnet at www.projnet.org/.





Bid Bonds shall be in the amount of 20% of the bid price or $3,000,000.00, whichever is lesser of the two values, if your offer is at $150,000.00 or more. Payment and Performance Bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued.





The contact information to submit technical inquiries and questions relating to the solicitation will be provided on the solicitation when it is made available.





If you have questions about Government procurements in general or need assistance in the preparation of bids, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org/sam-registration/. This is a free service by a nonprofit paid for by the U.S. Government.





Interested offerors must have an active registration in the System for Award Management (SAM) database prior to submitting bids. To view or download the solicitation and all other associated documents also requires an active registration at SAM.gov. Firms can register through the https://www.sam.gov/SAM/ website to create or update their SAM.gov accounts. Bids from contractors without an active SAM registration will NOT be considered for award. If the offeror is a Joint Venture (JV), the JV entity must have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. SAM.gov registration is free of charge. For assistance with SAM.gov registration, please visit https://www.aptac-us.org/





Utilizing SAM.gov will normally be the only method of distributing amendments, updates, and questions and answers prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. This website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of internet connectivity or for an offeror’s inability to access the document at the reference website.





For any questions or inquiries on this notice, contact the primary point of contact listed on this announcement.


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING DIV CORPS OF ENGINEERS 601 E 12TH ST
  • KANSAS CITY , MO 64106-2896
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Dec 21, 2022[Presolicitation (Original)] Jameson Chute Repairs
Apr 21, 2023[Solicitation (Original)] Jameson Chute Repairs
May 5, 2023[Solicitation (Updated)] Jameson Chute Repairs
May 12, 2023[Solicitation (Updated)] Jameson Chute Repairs
May 19, 2023[Solicitation (Updated)] Jameson Chute Repairs
May 25, 2023[Solicitation (Updated)] Jameson Chute Repairs

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >