SOLICITATION NOTICE
Y -- Two Phase Design Build RFP for the construction of Explosive Ordnance Disposal Complex at Whiteman Air Force Base, MO
- Notice Date
- 3/5/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE 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-4019
- Response Due
- 11/25/2010
- Archive Date
- 1/24/2011
- Point of Contact
- Jay Denker, 816-389-3934
- E-Mail Address
-
USACE District, Kansas City
(jay.b.denker@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Explosive Ordnance Disposal Complex Whiteman Air Force Base Missouri U.S. Army Corps of Engineers, Kansas City District, intends to issue a Two-Phase Design-Build Request for Proposals (RFP) for construction at Whiteman Air Force Base, Missouri. The solicitation will be evaluated under the Two Phase Design Build Process. In Phase 1 interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute a contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will select no more than three (3) to compete for the contract in Phase 2 of the process. The Phase 1 Solicitation will be available on or about the week of March 29, 2010, and Proposals will be due on or about April 29, 2010 (30 days from issuance of the solicitation). In Phase 2, the selected Offerors will submit technical proposals, the contract duration, a preliminary schedule, and a price proposal. Offerors will be given 30 days to submit their technical proposals. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The solicitation will include a detailed list of Evaluation Factors, including any Subfactors or Elements, and will provide instructions for Proposal Requirements and the Basis for Award. The purpose of the RFP will be to solicit and award a Design-Build Construction contract for construction of an Explosive Ordnance Disposal Complex located at Whiteman Air Force Base, Missouri. The Government proposes to issue a firm fixed price type contract for this project. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The estimated magnitude of this project is between $5,000,000 and $10,000,000. Estimated contract duration is not to exceed (NTE) 540 calendar days for the base contract. The North American Classification System (NAICS) Code for this project is: 236220. The small business size standard is $33.5 million. This action is a Small Business Set-Aside. 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. A site visit will be scheduled for Phase 2 and will be included in the RFP. The solicitation including any amendments shall establish the official opening and closing date and time. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. The Government intends to award without discussions. The successful offeror will be required to furnish all labor, materials, permits, equipment and services necessary to perform a firm fixed price Design-Build construction type contract. Construction services to be performed under the firm fixed price contract will consist of constructing an Explosive Ordnance Disposal Complex. The general scope of work includes, but is not limited to: Design and construct a new Explosive Ordnance Disposal Operations Complex, comprised of a concrete foundation and floor slab, structural steel frames, structural sloping standing seam metal roof, fire detection/protection, utilities, site improvements, parking, landscaping, communications, furniture layout plan, and all other necessary support. Facility shall be designed to meet minimum DoD force protection standards. 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 bid, 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: Offerors are required to complete ORCA requirements prior to submitting their proposal. ORCA may be accomplished at http://orca.bpn.gov. 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 Jay Denker and can be reached by email at jay.b.denker@usace.army.mil. Contracting Office Address: US Army Corps of Engineers, Kansas City District, ATTN: CECT-NWK-M, 647 Federal Building 601 E. 12th Street, Kansas City, MO 64106-2896 Place of Performance: Whiteman Air Force Base, Missouri
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-R-4019/listing.html)
- Place of Performance
- Address: USACE District, Kansas City Whiteman Air Forcr Base Knob Noster MO
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN02084522-W 20100307/100305235659-b74247a15d4b798f3c759019a0d1e33e (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 |