Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2007 FBO #2012
MODIFICATION

Y -- Modification on pre-solicitation synopsis for Training Barracks Upgrade (TBUP), Fort Leonard Wood, Missouri.

Notice Date
5/29/2007
 
Notice Type
Modification
 
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-07-R-0010
 
Response Due
7/13/2007
 
Archive Date
9/11/2007
 
Small Business Set-Aside
N/A
 
Description
Training Barracks Upgrade (TBUP), Fort Leonard Wood, Missouri, has been changed from using Construction Manager at Risk to Design-Build. The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for preconstruction and construction Services using the Design-Build method for the Training Barracks Upgrade Program (TBUP). Will be located at Fort Leonard Wood, Missouri. This solicitation is full and open competition. The scope of services under this proposed contract have been modified to a design-build delivery of services for 4 training barracks, one Dining Facility, one Brigade Head Quarters, and, one 5 Company Administration and Supply facility. The general scope of work includes, but is not limited to, performing majo r renovations within the footprint of each existing facility. Renovations include but are not limited to removal of all hazardous materials, major changes to existing floor plans, renovations to HVAC/electrical, major upgrades to meet current seismic codes and Anti-Terrorism and Force Protection requirements, fire alarm renovation, fire protection renovation, and information systems renovation. All facilities consist of concrete framing and CMR in-fill walls. Each 3 story training barrack shall house a mi nimum of 240 Soldiers each within its square footage of 40,600SF. The Dining Facility consists of a one-story, 12,100 SF that shall contain no more than 300 personnel at any given time. The Brigade Headquarters is a one-story, 6200 SF facility. The 5 Compa ny Admin & Supply facility is one-story and consists of 12000SF. New work shall apply to each training barrack in the form of a new entryway/vestibule and to the Dining Facility in the form of an expanded dry storage area with two new walk-in freezers. Ne w furniture and equipment will also be included in this project. A pre-proposal conference is planned for this solicitation and may include a site visit. Contact Carlos Delgado, project manager, for the date, time and location of the conference. Email add ress is Carlos.J.Delgado@nwk02.usace.army.mil. Organized site visit TBA. Construction option if the option schedule is changed prior to release of the solicitation,the pre-solicitation announcement will be modified. If the option schedule is changed after release of the solicitation, the solicitation will be amended accordingly. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $25,000,000 and $50,000,000. This solicitation will be issued as a Request for Proposals (RFP) resulting in the award of a single firm fixed price (FFP) design-build services. The estimated performance period for completion of construction is 360 calendar days from Notice to Proceed (NTP). The solicitation will be avail able on or about 13 July 2007 and Proposals will be due on or about 14 August 2007. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be e valuated 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. Facto rs may include and are not limited to: past performance and corporate experience. The North American Industry Classification System (NAICS) Code for this project is 236220. 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 Sm all Business Subcontracting Plan with goals based on percentage of total subcontracte d 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 Business, 1.5% Veteran Owned Small Business, 1.5%, Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Prot?g? Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement. HOW TO OBTAIN A COPY OF THE SOLICITATION New procedures being implemented for U.S. Army Corps of Engineer solicitations will require that all potential offerors to include Prime Contractors, subcontractors, suppliers, plan rooms and printing companies register in CCR and FedTeDS in order to view or download solicitations. This solicitation, with plans, specifications, and any amendments, will be published in electronic format as an Electronic Bid Set (EBS) at the FedTeDS website, http://www.fedteds.gov. You can access the FedTeDS website from FedB izOpps by clicking on the link labeled Technical Data Package, then in the next screen, clicking on the link labeled Available via the FedTeDS website. There will be no printed hard copies or CD-ROM Disks provided by the agency. Note: Plan Rooms, Printing Companies, and various Trade Associations frequently register as Plan Holders for electronic solicitations, and make them available in printed or CD-ROM format for a fee. Potential offerors with limited printing or downloading capabilities should consider these alternatives. EDIT AS NECESSARY Interested parties can only access the solicitation, including any amendments, at the FedTeDS website, http://www.fedteds.gov . Vendors must be registered with FedTeDS in order to access solicitations posted there. Before you can register at FedTeDS, you m ust be registered in CCR (see below). If you need detailed instructions, go to the Kansas City District website at http://www.nwk.usace.army.mil/contract/contract.html and click on the link Registration Instructions. This link will explain the registrati on process and provide information on how to use the website. For assistance using the FedTeDS website, contact the Ogden Electronic Business Operations Support Team at 1-866-618-5988 (toll free). The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document at the referenced website. Firms must also register as Plan Holders via the Internet at the above site in order to receive notification via email of any amendments to the solicitation or gen eral announcements. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil The solicitation will be available for download on or about 13 Jul 07. CCR REQUIREMENTS All vendors must register in the Central Contractor Registration (CCR) in order to access solicitations or receive a government contract award. To complete the registration, go to the CCR website at http://www.ccr.gov . Vendors can download the CCR Handboo k to use as a guide for completing their registration. To download the handbook, click the tab at the top of the screen labeled CCR Handbook. If assistance is needed with CCR registration, contact the CCR Helpdesk at 1-888-227-2423. A paper form for regist ration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. 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 bidding, a firm must be registered in the database. Please register Representations and Certifications at http://orc a.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, an d a phone number to call for assistance. POINTS-OF-CONTACT The point-of-contact for technical questions is Carlos Delgado  Carlos.J.Delgado@nwk02.usace.army.mil The point-of-contact for contractual questions is Heather Collins-Allen, 816-389-3809, Heather.l.Collins-Allen@nwk02.usace.army.mil .
 
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
SN01304773-W 20070531/070529220738 (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.