Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2012 FBO #3975
SOLICITATION NOTICE

Y -- TRAINEE BARRACKS - BCT 3 SOUTH, PHASE 2 DINING FACILITY (DFAC)

Notice Date
10/10/2012
 
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-13-R-4001
 
Response Due
12/20/2012
 
Archive Date
2/18/2013
 
Point of Contact
Carmen E. Hopkins, 816-389-3264
 
E-Mail Address
USACE District, Kansas City
(carmen.e.hopkins@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for the construction of a standard design, single dining facility (DFAC) as part of the Training Barracks 3 South Phase 2 Complex, in accordance with the plans and specifications that will be provided on or about November 2, 2012. This scope includes preconstruction services, construction and commissioning the facility, construction of required site improvements, and purchasing, installing, and commissioning all required food preparation and service equipment. The scope also requires LEED Silver certification through the US Green Building Council. A contract option for furniture purchase and installation will also be included in the scope. The facility will be constructed on a site where multiple construction projects are ongoing. This acquisition is a Total Small Business competition and 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). The government will accept proposal from all offerors that qualify under NAICS code is 236220. This announcement serves as the advance notice for this project. 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. A Bid bond will be required with your proposal in the amount of 20% of the offeror proposed price or $3,000,000.00 whichever is less. Payment and Performance bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. 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. 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. System for Award Management (SAM): In August 2012, the General Services Administration (GSA) moved ORCA and CCR into SAM (https://www.sam.gov/sam/). If you were registered in CCR, your company's information is already in SAM. You just need to set up a SAM account. See this link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf If you were not registered in CCR you will need to go to this link and "Register New Entity:" https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf For additional Information Contact 1-866-606-8220 (US Calls), International Calls: 334-206-7828. By submitting an offer, the offeror acknowledges the requirement to be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prospective contractors must be registered with SAM prior to award of any contract. 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 Carmen Hopkins and can be reached by phone at (816)389-3264 or by email at carmen.e.hopkins@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-13-R-4001/listing.html)
 
Place of Performance
Address: FORT LEONARD WOOD, MISSOURI P.O. BOX 200 FORT LEONARD WOOD MO
Zip Code: 65473-0200
 
Record
SN02911099-W 20121012/121010234012-93e97f6cb29955e9b405ad2a7bcad264 (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.