Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
SOLICITATION NOTICE

Y -- Training Barracks Upgrade Program FY12 (TBUP12) - Barracks

Notice Date
7/13/2012
 
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-12-R-4014
 
Response Due
7/27/2012
 
Archive Date
9/25/2012
 
Point of Contact
Tammy Chambers, 816-389-3817
 
E-Mail Address
USACE District, Kansas City
(tammy.d.chambers@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Training Barracks Upgrade Program FY12 (TBUP 12) - Barracks, Fort Leonard Wood, Missouri The following is a Sources Sought Notice and also serves as the Pre-Solicitation Notice for this requirement. The U.S. Army Corps of Engineers, Kansas City District, intends to issue a Design-Bid-Build Solicitation on or about August 06, 2012 on the FedBizOps website at www.fbo.gov for the Trainee Barracks Upgrade Program TBUP 12 at Fort Leonard Wood, Missouri. The Government will accept proposals from all offerors that qualify under NACIS code 236220. The size standard is $33.5 million. A set-aside or unrestricted determination will be disclosed in the solicitation. 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. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $10,000,000 and $25,000,000. This Project is a Design-Bid-Build Project consisting primarily of renovation of two existing three story barracks and an optional Advanced Individual Training (AIT) barracks. All buildings are located in Fort Leonard Wood. The two barracks are approximately 40,640 square feet each. The Project includes furnishing all procurement, installation, plant, labor, equipment, materials, and transportation and performing all required work to provide complete and usable facilities. The renovation is intended to be functionally and technically similar to a dormitory in the private sector community surrounding the Installation. This Project includes the reconfiguration of existing squad bays to open troop bay type layouts for a maximum 240 personnel capacity. Each barracks building also has work classified as "new work" which includes a new three-story addition with individual floor area of approximately 960 square feet per floor as shown on the Drawings. Minor landscaping is required for each building along with asbestos abatement. Each barracks will be up-graded to current seismic and progressive collapse standards. The AIT Barracks rehabilitation includes the reconfiguration of the existing barracks sleeping quarters to sleeping rooms, each accommodating three soldiers. The first floor contains 26 sleeping rooms housing 78 individuals. The second and third floors each contain 28 sleeping rooms, each housing 84 individuals. The total capacity for all three floors is therefore 246 personnel. The Project also has construction classified as "new work" that includes the new three-story addition on the front of the building. This addition includes a new three-story stair and an entry and CQ on the first floor. The total new area of all three floors is approximately 685 square feet. The following information is requested in this Sources Sought (SS): 1. Firm's name, addresses, point of contact, phone number, and e-mail address; 2. Firm's interest in providing a proposal on the pending solicitation once issued; 3. Experience: Evidence of capabilities to perform comparable work in the area of Training Barracks on three recent projects (not more than five years old). Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, secure facility, phased renovation, etc.), completion date, total contract construction value, whether it was design-build or construction only, and your company's level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation. 4. Firm's capability to perform a contract of this magnitude and complexity; 5. Firm's small business category and business size (Section 8(a), Historically Underutilized Business Zones (Hub-Zone), Women Owned, Service Disabled Veteran Owned (SDVOSB) and Historical Black Colleges and Universities/Minority Institutions (HBCU/MI)); 6. Firm's Joint Venture information, if applicable; and 7. Firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars) via letter from bonding company. 8. Briefly discuss the cost variations of completing this project as a whole or bidding one building. Would this affect your participation? Drive your cost up or down? Are there schedule advantages? Please send your SS responses no later than 14 days from the date of this notice via email to Tammy.D.Chambers@usace.army.mil. This solicitation will be issued as a Request for Proposals (RFP) which will result in the award of a single firm-fixed price (FFP) construction contract. The estimated performance period for completion of construction is 540 calendar days from Notice to Proceed (NTP). Payment and Performance bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. The solicitation will be available on or about August 06, 2012 and responses will be due on or about September 06, 2012. The solicitation, including any amendments, shall establish the official opening and closing dates and times. 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. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part15.101-2 for Lowest Price Technically Acceptable. 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. 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 driver's license, current vehicle registration and proof of insurance to obtain a vehicle pass. HOW TO OBTAIN A COPY OF THE SOLICIATION: To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO 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. Central Contractor Registration 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. Prospective contractors must be registered with CCR prior to award of any contract. ORCA Requirement: There is a new federal initiative called the 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 00 45 00 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. System for Award Management (SAM): In August 2012, the General Services Administration (GSA) is scheduled to move ORCA and CCR into SAM (https://www.sam.gov/sam/). Contractors will be able to log into one system to manage their entity information in one record, with one expiration date, through one streamlined business process. Contractors currently registered in CCR will receive an email notification letting them know when their account is about to expire, and they will complete that process in SAM, if their account expires after SAM goes live. New contractors shall complete ORCA and CCR through SAM. VETS-100 Requirement: Per the Federal Acquisition Regulation (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 Tammy Chambers and can be reached by phone at (816)389-3817 or by email at Tammy.D.Chambers@usace.army.mil. Contracting Office Address: US Army Engineer District, Kansas City, ATTN: CENWK-CT, 647 Federal Building 601 East 12th Street, Kansas City, MO 64106-2896 Place of Performance: Fort Leonard Wood, Missouri Point of Contact(s): Tammy Chambers, 816-389-3817 The solicitation will be for a Design-Bid-Build Project, consisting primarily for the renovation of two existing, three-story barracks and an optional Advanced Individual Training (AIT) barracks. Proposals will be due approximately 30 days later.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-12-R-4014/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 647 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02802380-W 20120715/120713235043-88b618d6dfbae986748d58acba594041 (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.