Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2005 FBO #1152
SOLICITATION NOTICE

Y -- Family Housing Replacement New Construction

Notice Date
1/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
236115 — New Single-Family Housing Construction (except Operative Builders)
 
Contracting Office
US Army Engineer 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-05-R-0001
 
Response Due
3/4/2005
 
Archive Date
5/3/2005
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Kansas City District intends to issue a full and open competition solicitation on or about February 2, 2005 for the Family Housing Replacement New Construction, located at Fort Riley, Kansas. NOTE: Any prospective of feror interested in obtaining plans and specifications for this solicitation must register on our website at: http://nwk-ebs.nwk.usace.army.mil/ebs/advertisedsolicitations.asp Contractors may view this solicitation and all amendments from the Internet. A fixed-price contract is contemplated. This is Design-Build Family Housing procurement. The project consists of site adapting prescriptive housing designs provided with the RFP, completing the design and constructing one hundred and twenty-six (126) new residences. The one hundred and twenty-six units consist of sixty-one (61) duplexes and four (4) single-family residences. Of these one hundred and twenty-six housing units, there will be seven (7) three-bedroom units, thirty-one (31) four -bedroom units and eighty-eight (88) five bedroom units. Included in this total, are seven (7) single-story handicap-accessible units. The 3,4 and 5 bedroom non-handicap units will be two-story structures with crawl spaces. The handicapped accessible units will be single -story with slab-on-grade foundations. Each house unit will have a single or double-car garage, concrete driveways, patios, FEMA rated storm shelters and covered front porches. Site Work consists of clearing, grubbing grade, installing supporting utility systems, and miscellaneous site improvements. The external construction also includes but is not limited to, recreational facilities, pedestrian walkways, tot-lots, area lighting, seeding, sodding, landscaping, new roads and pavement, sidewalks, curbs and gutters, storm drainage, all new utility extensions for gas, water, sanitary sewer, electrical, and communications. The project also requires the demolition of one hundred and sixteen (116) existing housing units and their associated infrastructure. Option s may be included in the contract. The contractor will be competitively chosen using Best Value Source Selection procedures. For this contract, technical factors, when combined, are significantly more important than cost or price (see FAR 15.101-1 trade of fs). Offerors are required to submit a price and technical proposal. Each proposal shall contain the offerors best technical proposal and best price. Award will be made to an offeror whose technical submittal and price proposal contain the combination of t he criteria requested that offer the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the G overnment may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. The anticipated cost range is $25,000,000 to $100,000,000, which includes the base plus options. This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988 (Public Law 100-656). This solicitation will be available at our website as listed above on or about 01 April 2005. No additional media (CD-ROM, floppy disks, faxes , etc.) will be provided. It is the therefore the Offerors responsibility to check the Internet address provided daily for any posted changes to this solicitation and all amendments. All offerors are encouraged to visit the Armys Single Face to Industry w ebsite at http://acquisition.army.mil/default.htm to view other business opportunities. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a government contract award. For additional information regarding con tractual questions, please contact: Abraham Curry, (816) 983-3579, abraham.curry@nwk02.usace.army.mil. Any technical questions please contact: Clifton J. Rope ( 816) 983-3476, clifton.j.rope@nwk02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00736950-W 20050121/050119211923 (fbodaily.com)
 
Source
FedBizOpps.gov 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.