Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2020 SAM #6772
SOLICITATION NOTICE

Z -- Renovation of Historic Fire Stations 95 & 701 at Ft. Leavenworth, KS

Notice Date
6/12/2020 11:13:56 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-20-R-4025
 
Response Due
6/28/2020 10:00:00 PM
 
Archive Date
07/14/2020
 
Point of Contact
Thomas Beyer, Phone: 8163893051
 
E-Mail Address
thomas.j.beyer@usace.army.mil
(thomas.j.beyer@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation to Perform Renovation work on two Historic Fire Stations, Building 95 and Building 701; at Fort Leavenworth, Kansas. �The requirement is an Unrestricted/Full and Open competitive acquisition; both small and large businesses are eligible to respond. �This solicitation will use a 2 Phase Design-Build procurement methodology as described in FAR Part 36.3 and will result in a Firm Fixed Price award. The general scope of this Design-Build contract would be to furnish all labor, equipment, materials, and transportation necessary to renovate and improve the existing older Fire Stations 95 and 701 at Ft. Leavenworth, KS. �The new design and construction will increase functionality to sustain the mission of these Fire Stations by significantly reducing the risk of structural failures. �Design documents shall contain all necessary technical information, standards, and reference codes as applicable to the work, and shall comply with appropriate U.S. laws and codes. �The work will include, but is not limited to, the repair of building systems such as paving, architecture, utilities such as HVAC upgrades, plumbing, electrical, network and security communications and other supporting work necessary to make complete and useable facilities. �This project is required to be LEED-Silver Certified. 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 decides to 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 $10,000,000.00 and $25,000,000.00. �This solicitation will be issued as a Request for Proposals (RFP), full and open to all businesses.� Submission requirements and evaluation procedures will be detailed in the solicitation.� The RFP will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 740 calendar days from Notice to Proceed (NTP). The solicitation will be available on or about June 24, 2020 and proposals will be due on or about July 24, 2020. The solicitation, including any amendments, shall establish the official proposal due date. The North American Industry Classification System (NAICS) Code for this project is 236220, with a size standard of $39,500,000.00. �This solicitation is being issued as full-and-open for all businesses. 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 beta.SAM website at https://beta.sam.gov/. �Downloads and instructions are available through this website. Any amendments will only be available from this website. Offerors are responsible for checking the website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. 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. All vendors must verify their information through this web site. The point-of-contact for contractual questions is Thomas J. Beyer, at phone: (816) 389-3051, or email: thomas.j.beyer@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dc77236cebb14f86a85bb9ee221d55b8/view)
 
Place of Performance
Address: Fort Leavenworth, KS 66027, USA
Zip Code: 66027
Country: USA
 
Record
SN05688801-F 20200614/200612230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.