Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
SOLICITATION NOTICE

Y -- Digital Multi-Purpose Range Complex (DMPRC)

Notice Date
2/5/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, 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-09-R-4014
 
Response Due
3/31/2009
 
Archive Date
5/30/2009
 
Point of Contact
Shem S. Yusuf, 816-389-3441<br />
 
Small Business Set-Aside
N/A
 
Description
This procurement is UNRESTRICTED. Any business size may submit a proposal. The General Scope of Work: To modernize an existing Multi-purpose Range Complex to a modified Digital Multi-purpose Range complex that includes an additional maneuver lane and provides for urban operation engagements. This project will increase the overall footprint of the existing range and replacing most of the existing target emplacements and infrastructure. The additional new target emplacement include 77 Stationary Infantry Targets (SITs), 36 Stationary Armor Targets (SATs), 8 Moving Infantry Targets (MITs) and 3 Moving Armor Targets (MATs). Additional work to be constructed include; target maintenance roads, fire breaks, machine gun bunkers, fighting trenches, breach walls, a 5 building live fire village, hasty battle positions and mortar simulation devices. The earthwork required to construct new roads, target berms, and battle positions are estimated at 175,000 to 250,000 cubic yards. The new range control facilities to be constructed include an After Action Review Building, Latrine, General Instruction Building, and an Instrumentation Dock. The existing control tower is required to be rehabilitated and an additional 2,000 SF of space will be added to the structure. The installation of the actual target mechanisms and computer equipment to run the targets is NOT included in the scope of this project. This project is located at Fort Riley, Kansas. The estimated magnitude of this project is between $10,000,000 and $25, 000,000 A Bid bond will be required with your proposal in the amount of 20% of the offeror proposed price or $3,000,000 whichever is less. 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 solicitation will be available on or about February 25, 2009 and responses will be due on or about March 31, 2009. The solicitation, including any amendments, shall establish the official opening and closing dates and times. This solicitation will be issued as a one step Request for Proposal (RFP) which will result in the award of a single Firm Fixed Price (FFP) DESIGN-BID-BUILD construction contract and 100% Design will be provided. The estimated period of performance for completion of construction and final cleanup is 540 (Five Hundred and Forty) calendar days from date of Notice to Proceed (NTP). At this time no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, this pre-solicitation announcement will be modified accordingly. An organized site visit will be announced at a later date. 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 pass. This solicitation with plans, specifications, and any amendments, will be published in electronic format on FedBizOps https://www.fbo.gov. Vendors must be actively registered in FEDTEDs to obtain a copy of this solicitation. 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 available in printed or CD-ROM format for a fee. Potential offerors with limited printing or downloading capabilities should consider these alternatives. Offerors are responsible for checking the website 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 offerors inability to access the document at the referenced website. CCR requirements: Prior to submitting a proposal, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions maybe obtained, and online registration may be accomplished at www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423. By submitting an offer, the offeror acknowledges the requirement to be registered in the CR 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. ORCA Requirement: 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 required by the Federal Acquisition Regulations (FAR) 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 a contract award and prior to submitting an offer, a firm must be registered in the database. Please register your Representations and Certifications at https://orca.bpn.gov/. Detailed information can be found in cited FAR case, as well as by visiting the help section of the ORCA website. The help section includes background information, frequently asked questions, the ORCA handbook, and a phone number to call for assistance. Points of Contact: The point of contact for all questions/inquiries is Shem Yusuf and can be reached by phone at (816)389-3441 or by email at Shem.S.Yusuf@usace.army.mil. Contracting Office Address: US Army Corps of Engineers, Kansas City District, ATTN: CECT-NWK-M, 700 Federal Building 601 E. 12th Street, Kansas City, MO 64106-2896 Place of Performance: Fort Riley, Kansas 66442-0189
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bbb1bac1640443462338c82e13b43396&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Fort Riley Resident Office 337 Dickman Avenue Fort Riley KS<br />
Zip Code: 66442-0189<br />
 
Record
SN01745112-W 20090207/090205220130-bbb1bac1640443462338c82e13b43396 (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.