Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2015 FBO #4958
SOLICITATION NOTICE

Y -- Construction Services to furnish, provide and install new hot water plumbing equipment, Pomme de Terre Lake

Notice Date
6/19/2015
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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-15-R-1036
 
Response Due
7/20/2015
 
Archive Date
8/19/2015
 
Point of Contact
rick.mathena, 816-389-2041
 
E-Mail Address
USACE District, Kansas City
(richard.a.mathena@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue an Request for Proposal (RFP) solicitation for Construction Services to furnish, provide and install new hot water plumbing equipment to replace the large tank type systems at the Pomme de Terre Lake in Hermitage, Missouri. The general scope of work includes, but is not limited to the replacement of existing water heating systems and installation of new hot water energy efficient tankless system. 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. 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 $25,000 and $100,000. This solicitation will be issued as an Request for Proposal (RFP) and evaluated in accordance with FAR 13, based on Price and Experience. The RFP will result in the award of a single firm fixed price (FFP) construction contact. Payment bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed (NTP) can be issued. The solicitation will be available on or about Monday, July 03, 2015. Proposals received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 13 and award will be made to the best value offer. The North American Industry Classification System (NAICS) Code for this project is 238220, with a size standard of $15,000,000.00. 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% Total 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-Prot g e Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement in advance of submitting an offer. 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 updates(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 submitting a proposal, 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 contractual questions is Richard Mathena, Phone : (816)389-2041, email: richard.a.mathena@usace.army.mil. Contracting Office Address: USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 601 East 12th Street, Kansas City, MO 64106-2896 Place of Performance: USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 601 East 12th Street, Kansas City, MO 64106-2896
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-15-R-1036/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
SN03769987-W 20150621/150619234440-7517ffb1683b25bb906e2ca326253f35 (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.