Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2007 FBO #1956
SOLICITATION NOTICE

Y -- The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for construction of Airfield Runway, Pavements, and Southside Facilities, Fort Riley, Kansas.

Notice Date
6/29/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-06-R-0040
 
Response Due
8/24/2006
 
Archive Date
5/6/2007
 
Point of Contact
Abe Curry, (816) 389-3579
 
E-Mail Address
US Army Engineer District, Kansas City
(abraham.curry@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The general scope of work includes, but is not limited to: Base Bid: design/build construction of Airfield runway, taxiways, parking aprons, fueling apron, airfield lighting, Battalion Headquarters facilities, GSAB Hanger with integrated Company Operations and associated maintenance apron and wash rack, Company Op erations Facility Additions to existing Hangars, an Aviation Unit Ops Facility, Entry Control Point, and parking lots in the base bid. Follow on task order(s): the successful offeror will be required to design/build construction of a Brigade headquarters addition, Battalion Headquarters additions, two Battalion Headquarters revitalizations, an AVIM Hangar with associated maintenance apron and wash rack, a dining facility, parking lots, and other miscellaneous facilities. The Base Bid will be a Two-Part solicitation and the maximum number of offerors that will be selected to submit for Part two will not exceed three. Single contract award will be made from this solicitation for facilities and infrastructure at Fort Riley t hat is assigned to the Kansas City District Corps of Engineers. An organized Site visit will be 30 October 2006 Upon announcement of the organized Site visit attendees should arrive early to allow time to pass through security. You must present a valid drivers license, current vehicle registration and proof of insurance to obtain a vehicle access pass. This solicitation will include options that will be included in the solicitation. The estimated magnitude of this construction project is: Between $100,000,000 and $250,000,000. This solicitation will be issued as: A Two-Part Request for Proposals (RFP)**** which will result in the award of a single firm fixed price (FFP) IDIQ design/build construction contract. The estimated performance period for completion of construction of the Base Bid is 600 calendar days from Notice to Proceed (NTP. Scheduled opening & closing, The solicitation will be available on or about the week of 25 July 2006 and **** Part 1 Proposals **** will be due on or about **** 24 August 2006. Part 2 proposals will be due, only from short listed offerors, on or about 10 Dec 2006**** The solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for **** Best Value **** The solicitation will include a detailed list of evaluation factors, including any subfactors or elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evaluation factors will be issued by amendment. NAICS) Code for this project is 236220. SBA size standardWith a size standard of **** $31,000,000.00 **** For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. Numbered notes **** NONE **** For a total or partial SB set aside, VSB set aside, HUBZ/SB set-aside, or a SDV/SB set-aside, the appropriate Numbered Note will be cited. **** FULL AND OPEN **** THIS SOLICITATION WILL BE UNRESTRICTED - - - Therefore, this project is open to both large and small business, and proposals for all responsible sources will be considered by the agency. If a source is a large business, and the proposal exceeds $1 Million, that offeror will be required to submit a Small Business Subcontracting Plan with goals based on percentage of total subcontracted dollars. The targeted goal percentages for this project are : Small Business, **** 51.2% **** , Small Disadvantaged Business, **** 8.8 % **** , Women-Owned Small Business, **** 7.3 % **** , HUB Zone Small Business, **** 3.1 %**** , Service-Disabled Veteran-Owned Small B usiness, **** 1.5 % **** , Historically Black Colleges & Universities/Minority Institutions (HBCU/MI) , **** 13.9 % **** Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Protégé Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidat e bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement. HOW TO OBTAIN A COPY OF THE SOLICITATION - - - This solicitation, with plans, specifications, and any amendments, will be published in electronic format on FSATEDs Internet Web Site only https://www.fsafeds.com/fsafeds/index.asp. vendors must be actively registered in FSATED to obtain a copy of this so lication - - - There will be no printed hard copies or CD-ROM Disks provided by this agency. - - - Note: Plan Rooms, Printing Companies, and various Trade Associations frequently register as Plan Holders for electronic solicitations, and make them availabl e in printed or CD-ROM format for a fee. Potential offerors with limited printing or downloading capabilities should consider these alternatives. FAR 5.207(c)(17)any information necessary to obtain and respond to the solicitation electronically. Offerors are responsible for checking the Web Site frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The 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 referenced website. - PLEASE NOTE: NEW CCR REQUIREMENTS - - - Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained, and online registration ma y be accomplished, at - - - www.ccr.gov - - - By submission of a bid, a bidder acknowledges the requirement to be registered in the CCR database prior to award; during performance; and through final payment of any contract resulting from the solicitation. Refer to CCR clause 252.204-7004. PROSPECTIVE CONTRACTORS MUST BE REGISTERED WITH CCR PRIOR TO AWARD OF ANY CONTRACT. The CCR web page address is - - - www.ccr.gov - - - or one may telephone 1-800-227-2323 for the Contractor Registration Assistance Center. Other information regarding registration can be obtained through CCR Assistance Center at 1-888-227-2423 or through the internet at - - - http://ccr.dlsc.dla.mil/ccr/ - - -. A paper form for registration may be obtained from the DOD Electronic Commerce In formation Center at 1-800-334-3414. FAR case 2002-024ORCA requirements NOTE: Changes in wording per EBS System Administrator - - - ORCA REQUIREMENTS - - - There is a new Federal initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications requi red by the Federal Acquisition Regulations and previously found in Section 00600 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for contract award and prior to biddi ng, a firm must be registered in the database. Please register Representations and Certifications at - - - http://orca.bpn.gov - - - Detailed information can be found in cited FAR Case, as well as by visiting the help section of the ORCA website at http:// orc a.bpn.gov . The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. - - - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - - - Prior to bidding, vendors must complete online Representations and Certifications. To do so requires CCR registration, inclu ding an MPIN number. Instructions may be obtained, and required information may be entered, at - - - http://orca.bpn.gov - - - POINTS-OF-CONTACT --- The point-of-contact for administrative or contractual questions is **** Abraham Curry, (816) 389-3579 ****. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is **** Kelly Ryan, (816) 389-3 324 or Mike Chirpich (816) 389-3452 **** . End of synopsis. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-APR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-06-R-0040/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN01265693-F 20070405/070403224948 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.