Search Contract Opportunities

CONSTRUCT TRUCK DUMP STATION   2

ID: W9128F-16-Q-G009 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

GAVINS POINT PROJECT
TRUCK DUMP
STATION

1. SCOPE OF WORK: Contractor shall be responsible for all labor, material and equipment required to construct a concrete truck dump station on the wastewater lagoon located near the outside maintenance shop. The dump station shall be constructed as per the enclosed drawings and specifications.

1.6.7. All Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes. No background checks are required for this contract.

1.6.8. Special Qualifications. The Contractor must pre-screen Candidates using the E-verify Program (http://www.dhs.gov/E-Verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file.

2. COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK: The Contractor will be required to commence work under this contract after receipt of award and to complete the work by 28 April 2017. The time stated for completion shall include final cleanup of the premises.
3. CONTRACT DRAWINGS AND SPECIFICATIONS: Omissions from the drawings or specifications or the misdescription of details of work which are manifestly necessary to carry out the intent of the drawings and specifications, or which are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work but they shall be performed as if fully and correctly set forth and described in the drawing and specifications. The Contractor shall check all drawings furnished him immediately upon their receipt and shall promptly notify the Contracting Officer of any discrepancies.

4. SITE VISIT: Offerors or quoters are urged and expected to inspect the site where the work will be performed in order to obtain the exact amount of concrete to complete the project. Contact Mike Callaghan at 402-667-2563, or Curt Bisgard at 402-667-2565 to arrange for a site visit.
5. APPROVAL OF MATERIALS: Michael Callaghan shall approve all materials before being used in subject contract.

6. SPECIAL REQUIREMENTS: Concrete mix shall be 5,000 PSI mix.

7. TAXES: Nebraska Sales and Excise taxes are not applicable.

8. PROTECTION OF EXISTING FACILITIES: Contractor shall be responsible for protection of existing structure where work is being done.

9. ENVIRONMENTAL PROTECTION: In order to prevent and to provide for abatement and control of any environmental pollution arising from the construction activities in the performance of this contract, the Contractor and his sub contractors shall comply with all applicable federal, state and local laws and regulations concerning environmental pollution control and abatement.

a. Notification: The Contracting Officer will notify the Contractor in writing of any non compliance with the aforementioned federal, state or local laws or regulations. Such notice, when delivered to the Contractor or his authorized representative at the site of the work, shall be deemed sufficient for the purpose. The Contractor shall, after receipt of such notice, immediately inform the Contracting Officer of proposed corrective action and take such action as may be approved. If the Contractor fails or refuses to comply promptly, the contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall make the subject of a claim for extension of time or no part of the time lost due to any such stop orders for excess costs or damages.

10. SAFETY REQUIREMENTS: The Contractor shall ensure that safe working practices are utilized and that all equipment meets the requirements of the US Army Corps of Engineers, "Safety and Health Requirements Manual", EM 385 1 1, September 2008, before work begins. A copy of the above manual is available at the Gavins Point Dam Project Office, 55245 Highway 121, Crofton, NE.

a. Ground Fault Circuit Interrupters: In addition to the requirements of paragraph 11.C.05 of EM 385 1 1, ground fault circuit interrupters are required for all extension cord systems.

b. First Aid and Medical: First aid facilities shall be made available on the job site. Arrangements for emergency medical attention shall be made prior to start of work. All emergency numbers (doctor, hospital, ambulance, fire department) shall be posted, or made available at the work site.

11. HOUSEKEEPING: Daily clean up of all debris and waste materials are required. Adequate disposal containers shall be placed strategically around the site. Debris shall be removed on a regular basis. Placement of disposal containers shall be coordinated through the designated government representative.

12. AVAILABILITY AND USE OF UTILITY SERVICES: Use of public and private utilities will be as found available.

13. WORK AND MATERIALS GUARANTEE: The Contractor will guarantee materials for one year from the date the Government assumes use of the equipment or materials.

14. PAYMENT: Payment for subject work will be for entire work complete in conformance with this specification and drawings and paid within 30 days of acceptance by the Government and receipt of a proper invoice.

Overview

Response Deadline
Sept. 15, 2016, 5:00 p.m. EDT Past Due
Posted
Aug. 22, 2016, 11:40 a.m. EDT (updated: Aug. 23, 2016, 8:17 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Signs of Shaping
52% of similar contracts within the Department of the Army had a set-aside.
On 8/22/16 USACE Omaha District issued Synopsis Solicitation W9128F-16-Q-G009 for CONSTRUCT TRUCK DUMP STATION due 9/15/16. The opportunity was issued full & open with NAICS 238110 and PSC Y.
Primary Contact
Title
PURCHASING TECHNICIAN
Name
Monica Dwyer   Profile
Phone
(402) 667-7873
Fax
(402) 667-2537

Documents

Posted documents for Synopsis Solicitation W9128F-16-Q-G009

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W9128F-16-Q-G009

Award Notifications

Agency published notification of awards for Synopsis Solicitation W9128F-16-Q-G009

Contract Awards

Prime contracts awarded through Synopsis Solicitation W9128F-16-Q-G009

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W9128F-16-Q-G009

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W9128F-16-Q-G009

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST OMAHA
FPDS Organization Code
2100-W9128F
Source Organization Code
100255233
Last Updated
Oct. 13, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 13, 2016