SOLICITATION NOTICE
Y -- RECOVERY--Y--RECOVERY--Project Number 31143, Training Barracks Building 1028 Replace and Restore All Components to Advanced Individual Training Standards Barracks
- Notice Date
- 10/29/2009
- Notice Type
- Presolicitation
- 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-10-R-4008
- Response Due
- 11/15/2009
- Archive Date
- 1/14/2010
- Point of Contact
- Amanda Reyes, 816-389-3991
- E-Mail Address
-
US Army Engineer District, Kansas City
(amanda.reyes1@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RECOVERY--THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W912DQ-10-R-4008. In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act (ARRA) of 2009, Pub. L. 111-5, the Government posts this pre-solicitation announcement. This project is a Small Business Set Aside. The Government will only accept proposals from Small Business concerns. U.S. Army Corps of Engineers, Kansas City District, intends to issue a Request for Proposals (RFP) solicitation for construction at Fort Leonard Wood, Pulaski County, Missouri using the Best Value Method. This RFP will result in a Firm-Fixed Price Contract. The work will include repair and modernization of a training barracks. Sub-objectives are to design and renovate facilities for the military that are consistent with the design and construction practices used for civilian sector projects that perform similar functions to military projects. The Design-Builder is charged with finding an approvable solution to meeting such objective via the repairs and modernization of the existing facilities. The scope of this contract shall include but not limited to the renovations and conversion of a Standard Barracks to a AIT Style Barracks (Building 1028) to include: furnishing all analyses, design, procurement, installation, plant, labor, equipment, materials, and transportation and performing all required work to provide a complete and usable Building 1028. This project type is to house soldiers and is intended to be similar both functionally and technically to similar dormitory facilities in the private sector community surrounding the Installation. The Project also has construction classified as new work that includes the new 3-story addition on the front of the building. This addition includes a new 3-story stair and an entry and CQ on the first floor. The total new area of all 3 floors is approximately 685 square feet. The project site should be developed for efficiency and to convey a sense of unity or connectivity with the adjacent buildings and with the Installation as a whole. The estimated period of performance for completion of construction and final cleanup is 540 calendar days from Notice to Proceed. 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 $5,000,000 and $10,000,000. 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. 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. The solicitation containing all necessary specifications and drawings will be available on or about 15 Nov 2009 and proposals will be due 30 days from posting of the solicitation. 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. 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 Amanda R. Reyes, (816)389-3991 or amanda.r.reyes@usace.army.mil. Contracting Office Address: US Army Corps of Engineers, Kansas City District, ATTN: Amanda R. Reyes, CECT-NWK-M, 700 Federal Building 601 E. 12th Street, Kansas City, MO 64106-2896
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-R-4008/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
- Zip Code: 64106-2896
- Record
- SN01994268-W 20091031/091029234810-e9995f98d9d631fab678191bcfaed9d6 (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 |