SOLICITATION NOTICE
Z -- RENOVATE, REPAIR AND REPLACE KITCHENS, BATHROOMS, INTERIOR GAS AND PLUMBING LINES, AND REPAIR BASEMENT WALLS IN ARMY FAMILY HOUSING AREAS 1-5 (o/a 250 Units)
- Notice Date
- 5/28/2004
- Notice Type
- Solicitation Notice
- NAICS
- 236118
— Residential Remodelers
- Contracting Office
- ACA, NRCC, Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF4-04-R-0005
- Response Due
- 8/5/2004
- Archive Date
- 10/4/2004
- Point of Contact
- Georgia Vestal, 913-684-1623
- E-Mail Address
-
Email your questions to ACA, NRCC, Fort Leavenworth
(vestalg@leavenworth.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Work includes but is not limited to: Army Family Housing renovation, repair and replacement of kitchens, bathrooms, interior gas/plumbing lines, and repair of basement walls in approximately 250 residential units, at Fort Leavenworth, Kansas. All buildings will be unoccupied. The magnitude of this project is more than $10,000,000.00. This will be a firm-fixed price requirements contract, with a performance period of a base year and two option year periods. Ordering period for the base year is 36 5 calendar days from date of award. This acquisition is unrestricted under the Small Business Competitiveness Demonstration Program. The size standard for a small business concern, including its affiliates, is the average annual sales or receipts for the preceding three (3) fiscal years, not to exceed $28.5 million. The North American Industry Classification System (NAICS) for this acquisition is 236118. The Request for Proposal (RFP) will be issued on or about 06 July 2004. Proposals will be evaluated pursuant to FAR 15.101, Best Value Approach. Evaluation factors will include the following areas: Past Performance and Price, with Past Performance being significantly more important than Price. Therefore, the government reserves the right to award to other than the lowest proposed price. The solicitation will further delineate the evaluation factors, significant sub-factors and their relative importance. Past Performance sub-factors may include: past experience, customer satisfaction, quality of wor k, quality control, timeliness, responsiveness, management of subcontracts, and overall management. In order to be considered responsive to the RFP, proposals must include both an established Past Performance information proposal as well as a pricing prop osal. As part of the initial criteria and response to this RFP, potential offerors should consider their capability to perform the project based on their previous experience on same/similar projects exceeding $2M. Offerors that have not performed on proj ects exceeding $2M may respond to the RFP but may not be as favorably rated as offerors successfully performing on projects exceeding $2M. Offerors are required to download the RFP, specifications and any associated amendments from http://www.fedbizopps. gov/ (click on Find Business Opportunities and search by the solicitation number). Offerors are responsible to routinely check referenced website for posted amendments to the solicitation and to acknowledge amendments IAW the solicitation provisions. Fai lure to properly acknowledge amendments prior to date and hour specified for receipt of offers may result in offer rejection. In order to maintain an active Bidders Mailing List, Offerors should provide their company name and point of contact in writing b y fax or e-mail to Paulette Williams at (913) 684-3858, williap3@leavenworth.army.mil, and must also include the following: W91QF4-04-R-0005, Taxpayer Identification Number, Business Address (Zip Code + 4), and type of business concern, Woman-Owned, Minor ity or Veteran-Owned, Small or Large Business, Hub-Zone Certified. Bidders must be registered in the Central Contractor Registration database in order to receive award.
- Place of Performance
- Address: ACA, NRCC, Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
- Zip Code: 66027-1417
- Country: US
- Zip Code: 66027-1417
- Record
- SN00594520-W 20040530/040528212057 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |