MODIFICATION
Z -- RECOVERY--Z--RECOVERY PROJECT NUMBER -- 324666 - REPAIR INTERIOR/EXTERIOR BUILDING 216
- Notice Date
- 10/29/2009
- Notice Type
- Modification/Amendment
- 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-4006
- Response Due
- 11/10/2009
- Archive Date
- 1/9/2010
- Point of Contact
- Carmen E. Hopkins, 816-389-3264
- E-Mail Address
-
US Army Engineer District, Kansas City
(carmen.e.hopkins@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- RECOVERY--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. The SBA has restricted this requirement to contractors who are located in the geographic area of Region VII - Kansas, Missouri, Nebraska and Iowa. This project is a Small Business 8(a) Set Aside. The Government will only accept proposals from 8(a) Small Business concerns. Joint ventures are allowed to bid on 8(a) competitive projects. Joint Venture Agreements Joint Ventures are allowable on competitive 8(a) set-asides; however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when our BDS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSAL OR BIDS. U.S. Army Corps of Engineers, Kansas City District, intends to issue a Request for Proposals (RFP) solicitation for construction at Fort Riley, Riley County, Kansas using the Best Value Method. This RFP will result in a Firm-Fixed Price Contract. The work will include renovations of facilities for the military that are consistent with the renovations practiced used for civilian sector. The scope of this contract shall include but not limited to the renovations of building 216 into a new Judicial Center with Courtroom, required JAG offices, and support spaces. This will include: Demolition and removal of select walls, holding cells, and various other interior elements as well as demolition of existing site paving; Abatement of certain hazardous materials; Preservation of certain historical elements on the interior and exterior of building and Construction of new floors, ceilings, walls, doors, stairs, elevators, mechanical systems, electrical/data layout, plumbing layout, windows, sidewalks, parking lots, and landscaping. 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 23 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 Carmen E. Hopkins, (816)389-3264 or carmen.e.hopkins@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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-R-4006/listing.html)
- Place of Performance
- Address: BUILDING 216 216 Custer Ave Fort Riley KS
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN01994614-W 20091031/091029235317-e0816bb09b811b5d30f319970791352b (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 |