SOLICITATION NOTICE
Y -- Training Support Center - Fort Riley, Kansas
- Notice Date
- 12/1/2009
- 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
- W912DQ10R4014
- Response Due
- 1/15/2010
- Archive Date
- 3/16/2010
- Point of Contact
- Shem S. Yusuf, 816-389-3441
- E-Mail Address
-
US Army Engineer District, Kansas City
(shem.s.yusuf@usace.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- This project is 100 % Set Aside for HUBZone Small Businesses. The Government will only accept proposals from HUBZone Small Businesses. The U.S. Army Corps of Engineers, Kansas City District, intends to issue a Request for Proposals (RFP) solicitation for Construction services using the Best Value Source Selection method. 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) contract to the offeror that is determined to be the Best Value to the Government. 100% design will be provided. General Scope of Work: The work includes construction of a standard design Training Support Center (TSC) approximately 72,200SF total. Primary facilities include administrative offices and support spaces, classrooms, equipment maintenance and fabrication areas (approximately 23,600SF); warehouse Storage (approximately 48,600SF); covered storage areas and building information systems. Supporting facilities include electrical, water, sewer, gas, storm drainage, fire protection, exterior lighting, roads, pavements, walks, curbs, site improvements and information systems and incidental related work. 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 offerors 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 price before the Notice to Proceed can be issued. The solicitation will be available on or about December 16, 2009 and responses will be due on or about January 15, 2010. The solicitation, including any amendments, shall establish the official opening and closing dates and times. 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 maybe announced at a later date. If the government does elect to hold an organized site visit, this pre-solicitation announcement will be modified accordingly. 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. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ10R4014/listing.html)
- Place of Performance
- Address: US Army Engineer District, Kansas City Fort Riley, Kansas Fort Riley KS
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN02014024-W 20091203/091201235845-31708dd5fb23076adfae71ab3ae39785 (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 |