Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2009 FBO #2725
SOLICITATION NOTICE

Y -- Security Forces Animal Complex-Whiteman AFB, Missouri

Notice Date
5/11/2009
 
Notice Type
Synopsis
 
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
 
Solicitation Number
W912DQ09B4002
 
Response Due
6/25/2009
 
Archive Date
8/24/2009
 
Point of Contact
LaVonne D Baker, 816-389-3014
 
Small Business Set-Aside
Total Small Business
 
Description
This project is a Total Small Business Set Aside. The Government will only accept proposals from Small Businesses. U.S. Army Corps of Engineers, Kansas City District, intends to issue an Invitation for Bid (IFB) solicitation for construction at Whiteman Air Base, Johnson County, Missouri using Lowest Price Technically Acceptable. This IFB will result in a Firm-Fixed Price Contract. Base Contract: The purpose of this IFB will be to construct a Security Forces Animal Complex at Whiteman Air Force Base, Johnson County, Missouri. Options: The Invitation for Bid will have the following four options: Construct 2 additional kennel spaces, Demolition existing kennel complex and training area, Demolition of existing Vet Clinic, and upgrade flooring in clinic and support buildings. Estimated contract duration is not to exceed (NTE) 365 days for the base contract. Options period 1 is NTE an additional 30 days. Option 2 is NTE an additional 30 days. Option 3 is NTE an additional 30 days. Total duration of contract if all options are awarded is 455 days. No additional days will be added to complete option. Option Periods will be awarded at the Governments discretion. The successful offeror will be required to furnish all labor, materials, permits, equipment and services necessary to manage and accomplish the designated construction, recommending a solution and remediation of any problems in a timely and efficient manner. The estimated magnitude of this project is between $1,000,000 and $5,000,000. The North American Classification System (NAICS) Code for this project is: 236220. Small Business size standard for this project is: $33,500,000. At this time, no pre-solicitation conference is planned for this solicitation. If the government does elect to hold a pre-solicitation conference, the pre-solicitation announcement will be modified accordingly. The solicitation will be available on or about 26 May 2009 and proposals will be due on or about 25 June 2009, 12:00 pm (CST). The solicitation including any amendments shall establish the official opening and closing date and time. This solicitation with plans, specifications, and any amendments, will be published in electronic format on FedBizOpps https://www.fbo.gov. 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, offerors 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 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. 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. VETS-100 Requirement: Per Federal Acquisition Regulations (FAR) part 22.1303 all offerors must complete their VETS-100 report via the Department of Labor website at https://vets100.vets.dol.gov/ to be eligible for award. Points of Contact: The point of contact for all questions/inquiries is Shelton L. Watson and can be reached by phone at (816)389-3727 or by email at Shelton.L.Watson@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: Whiteman Air Force Base, Missouri 65305 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ09B4002/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
SN01813834-F 20090513/090511233019 (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.