Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2014 FBO #4690
SOLICITATION NOTICE

Y -- Construction of AIT Complex II Dining Facility (DFAC), Fort Leonard Wood, Missouri

Notice Date
9/25/2014
 
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-4012
 
Response Due
10/10/2014
 
Archive Date
11/24/2014
 
Point of Contact
Andrea Talbert, 816-389-3296
 
E-Mail Address
USACE District, Kansas City
(andrea.m.talbert@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is a small business set-aside competition. The Government will accept proposal from all offerors that qualify under NACIS code 236220. The U.S. Army Corps of Engineers, Kansas City District has been tasked to solicit for and award a contract to construct a Dining Facility at Fort Leonard Wood, 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 Solicitation will be available on or about 10 October 2014. SCOPE OF WORK: Construct one 32,940 square foot stand design Dining Facility. Primary facilities include parking, building information systems, fire detection and sprinkler suppression systems, Energy Monitoring and Control System (EMCS) connection, antiterrorism/force protection (AT/FP) measures. Special foundations and seismic modifications are required due to site and soil conditions. Sustainability/Energy measures will be provided. Supporting facilities include utilities; electrical service; exterior lighting; water; sewer; storm drainage and low impact development; and information systems. Road improvements include utilities; sidewalks, parking areas, curbs and gutters; site improvements, signage and landscaping. Access for individuals with disabilities will be provided. Heating and air conditioning will be provided and include the use of a common cooling tower constructed by others. The project will incorporate sustainable design features and require LEED Silver certification, enhanced commissioning per LEED requirements, and compliance with EISA 2007. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. The Small Business Size Standard for this acquisition is $36.5 million. The magnitude for this project is between $5,000,000.00 and $10,000,000.00. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the presolicitation announcement will be modified accordingly. 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. This solicitation will result in the award of a single Firm Fixed Price (FFP) contract. 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 POC for this matter is Carol Hodges at 816-389-3732 or email carol.w.hodges@usace.army.mil Carol.w.hodges@usace.army.mil. E-mail is the preferred method for questions regarding this synpsois
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-R-4012/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
 
Record
SN03528207-W 20140927/140925235533-3faca459a99bc084d9beab3827a585de (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.