SOLICITATION NOTICE
Y -- Install DCC & Ventilation Controls - 10 Building at Whiteman Air Force Base
- Notice Date
- 6/24/2013
- 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-B-4006
- Response Due
- 7/8/2013
- Archive Date
- 8/23/2013
- Point of Contact
- Rodney A. Morris, 816-389-3730
- E-Mail Address
-
USACE District, Kansas City
(rodney.a.morris@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 Construction Services to Install DCC & Ventilation Controls - 10 Building at Whiteman Air Force Base, Johnson County, MO. The general scope of work includes, but is not limited to: Construction Contractor to remove obsolete pneumatic or Direct Digital Controls (DDC) controls and actuators, and Install state-of-the-art DDC in multiple buildings including the installation of CO2 ventilation controls for those facilities with an HVAC fresh air intake and return air system in the 10 buildings. This is approximately 239,343 square feet of building space. 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. At this time, no organized site visit is planned for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $1,000,000.00 and $5,000,000.00. This solicitation will be issued as an Invitation for Bid (IFB) and evaluated in accordance with FAR 14.4, based on Price and Experience. The IFB will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 365 calendar days from Notice to Proceed (NTP). The solicitation will be available on or about Monday, July 22, 2013 and bids will be due on or about Thursday, 22 August, 2013. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The North American Industry Classification System (NAICS) Code for this project is 236220, with a size standard of $33,500,000.00. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. This solicitation is being issued as 100% small business set-aside. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Business sources may submit a proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Protegee Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. 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. Prior to bidding, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site. If you were previously registered in CCR and ORCA, your organization's information is already in SAM. You just need to set up a SAM account and migrate your CCR roles. The point-of-contact for administrative for contractual questions is Rodney A. Morris, at phone: (816)389-3730, or email: rodney.a.morris@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-13-B-4006/listing.html)
- Place of Performance
- Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN03097528-W 20130626/130624234236-48970c3a6d4c31d543086c0a24ab30a5 (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 |