Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2014 FBO #4458
SOLICITATION NOTICE

Y -- Advanced Individual Training (AIT) Complex Barracks/Company Operations Facility (BCOF), Fort Leonard Wood, Missouri

Notice Date
2/5/2014
 
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-14-R-4000
 
Response Due
2/20/2014
 
Archive Date
4/6/2014
 
Point of Contact
Brad Wright, 816-389-3936
 
E-Mail Address
USACE District, Kansas City
(bradley.j.wright@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), Kansas City District intends to issue a solicitation for a single Firm Fixed-Price contract for construction of an AIT Barracks/Company Operations Facility (BCOF), a Common Cooling Tower (CCT) with support facility, and associated site improvements at Fort Leonard Wood, Missouri. This is a Design-Bid-Build project including construction of one five-story, 186,000 SF BCOF, an 800 SF CCT with support facility, site work for the entire AIT complex, a 1/4-mile running track and physical training pits, and associated site work including grading, utilities, curb and gutter, parking, and landscaping. The project includes procurement, installation, plant, labor, equipment, materials, transportation, and performance of all work required to construct the BCOF, CCT, and other project requirements. This is the first of two project phases. Demolition and major grading for both phases will be accomplished under the first phase. The first phase project will provide building pads and rough grading for other buildings that will be constructed for the entire complex (both phases). The contractor will be required to perform enhanced commissioning of building systems per LEED and meet a minimum of a Leadership in Energy and Environmental Design (LEED) Silver rating. Additionally, Passive House concepts will be implemented on this BCOF. The BCOF includes sleeping rooms with restrooms, elevators, a mechanical equipment area in the attic of the BCOF, command offices, computer learning rooms, common restrooms, a day room, multi-purpose rooms with storage, company supply storage rooms, caged storage, covered training/assembly areas, boot wash stations, scrub room, vault, profile recovery room, laundry facilities, and utility rooms (electrical, mechanical, and communications). The CCT will service three buildings within the AIT complex and include a small building housing mechanical and electrical equipment required for the CCT. Site work includes demolition of approximately 55,000 SF of existing concrete pavement and drives, 2 basketball courts, and 4 small picnic table shelters. The basketball courts and picnic tables/shelters will be relocated or reconstructed at other on-site locations. Site work includes rough grading for the entire project as well as sewer and water line extensions, site utilities, troop walkways, bus loading areas, parking, and finish grading for the BCOF and track areas. Site work also includes exterior lighting and landscaping. The track will be 1/4-mile oval and will include four 11,250 SF physical training pits made of synthetic material. This solicitation will be posted on an unrestricted basis and both small and large businesses are eligible to respond. The Government will evaluate the performance capability of offerors in accordance with the criteria described in the solicitation. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.2, source selection procedures. The North American Industry Classification System (NAICS) Code is 236220, (Commercial and Institutional Building Construction), with a small business size standard of $33.5 million in average annual receipts. Prior experience with Government contract work is not required for submitting a proposal; however, prior experience with construction of comparable facility projects of similar size, complexity, and cost range is required. The construction cost range is estimated between $25,000,000 and $100,000,000. Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not successfully and actively registered in the SAM database, the Government reserves the right to award to the next prospective offeror. The solicitation and associated information will be available from the FedBizOpps website at https://www.fbo.gov. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. A Proposal Guarantee will be required with your proposal in the amount of 20% of the offeror's 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 before the Notice to Proceed can be issued. The point of contact for all questions/inquiries is Brad Wright at phone number (816) 389-3936 or by email at bradley.j.wright@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-R-4000/listing.html)
 
Place of Performance
Address: Fort Leonard Wood MO
Zip Code: 65473
 
Record
SN03281950-W 20140207/140205234406-2236b6152304d4360674beb7d2c88282 (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.