Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2007 FBO #1945
SOLICITATION NOTICE

Y -- Civilian Education System, Fort Leavenworth, Kansas

Notice Date
3/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
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-07-R-0032
 
Response Due
5/10/2007
 
Archive Date
7/9/2007
 
Small Business Set-Aside
N/A
 
Description
The general scope of work includes, but is not limited to, renovation of 6 buildings on Fort Leavenworth 5 of which have historical implications. Three of the buildings are within the foot print of the old Disciplinary Barracks. Renovations will incl ude and is not limited to: seismic upgrades, force protection upgrades, misc. site work, HVAC and mechanical work, plumbing upgrades, electrical upgrades, interior demolition, interior wall construction and finishes. At this time the Construction will be a n option to the contract. This solicitation will be awarding advisory services during the preparation of the Design package. Advisory services include but are not limited to, review of design documents, value engineering, and pricing input. At this time, n o 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. An organized Site visit will be announced at a later date Up on announcement of the organized Site visit attendees should arrive early to allow time to pass through security. You must present a valid drivers license, current vehicle registration and proof of insurance to obtain a vehicle access pass. The solicitatio n will include the following known options: Construction Contract If the option schedule is changed prior to release of the solicitation, the pre-solicitation announcement will be modified. If the option schedule is changed after release of the solicitatio n, the solicitation will be amended accordingly. The estimated magnitude of range $10,000,00.00 - $25,000,000.00 This solicitation will be issues as a Request for Proposals (RFP)which will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 730 calendar days from Notice to Proceed (NTP). The solicitation will be available on or about 9 Apr 07 and Proposals will be due on or about 10 May 07. The solicitation, includi ng any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for Best Valu e. The solicitation will include a detailed list of evaluation factors, including any subfactors or elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evaluation factors will be issued by amendment. Fa ctors to include and are not limited to: past performance and corporate experience. The North American Industry Classification System (NAICS) Code for this project is 236210, with a size standard of 31.0 For the purposes of this procurement, a concern is c onsidered 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 WILL BE UNRESTRICTED,therefore, this project is open to both large and small business, and proposals for all responsible sources will be considered by the agency. If a source is a large business, and the proposal exceeds $1 Million, that offeror will be required to submit a Small Business Subcontracting Plan with goals based on percentage of tot al subcontracted dollars. The targeted goal percentages for this project are : Small Business, 44.8%, Small Disadvantaged Business, 19.9 %, Women-Owned Small Business, 5.4 %, HUB Zone Small Business, 9.2%, Service-Disabled Veteran-Owned Small Business, 1.5 %, Historically Black Colleges & Universities/Minority Institutions (HBCU/MI), 13.4%. Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Prot??g?? Agreements, Small Business Conso rtiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (S BA) must approve of any such arrangement. HOW TO OBTAIN A COPY OF THE SOLICITATION - New procedures being implemented for U.S. Army Corps of Engineer solicitations will require that all potential offerors to include Prime Contractors, subcontractors, suppl iers, plan rooms and printing companies register in CCR and FedTeDS in order to view or download solicitations. This solicitation, with plans, specifications, and any amendments, will be published in electronic format as an Electronic Bid Set (EBS) at the FedTeDS website, http://www.fedteds.gov . You can access the FedTeDS website from FedBizOpps by clicking on the link labeled Technical Data Package, then in the next screen, clicking on the link labeled Available via the FedTeDS website. There will be no p rinted hard copies or CD-ROM Disks provided by the agency. Note: Plan Rooms, Printing Companies, and various Trade Associations frequently register as Plan Holders for electronic solicitations, and make them available in printed or CD-ROM format for a fee. Potential offerors with limited printing or downloading capabilities should consider these alternatives. Interested parties can only access the solicitation, including any amendments, at the FedTeDS website, http://www.fedteds.gov . Vendors must be regist ered with FedTeDS in order to access solicitations posted there. Before you can register at FedTeDS, you must be registered in CCR (see below). If you need detailed instructions, go to the Kansas City District website at http://www.nwk.usace.army.mil/contr act/contract.html and click on the link Registration Instructions. This link will explain the registration process and provide information on how to use the website. For assistance using the FedTeDS website, contact the Ogden Electronic Business Operations Support Team at 1-866-618-5988 (toll free). The Government is not responsible for any loss of Internet connectivity or for an offeror??"s inability to access the document at the referenced website. Firms must also register as Plan Holders via the Internet at the above site in order to receive notification via email of any amendments to the solicitation or general announcements. For additional contracting opportunities, visit the Army Single Face to Industry at Http://acquisition.army.mil. The solicitation will be available for download on or about 9 April 2007. All vendors must register in the Central Contractor Registration (CCR) in order to access solicitations or receive a government contract award. To complete the registration, go to the CCR website at http://www.ccr.gov . Vendors can download the CCR Handbook to use as a guide for completing their registration. To download the handbook, click the tab at the top of the screen labeled CCR Handbook. If assistance is needed with CCR registration, contact th e CCR Helpdesk at 1-888-227-2423. A paper form for registration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. ORCA REQUIREMENTS- There is a new Federal initiative called Online Representations and Certifications App lication (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in Section 00600 of co nstruction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for contract award and prior to bidding, a firm must be registered in the database. Please register Representations and Cer tifications at http://orca.bpn.gov. Detailed information can be found in cited FAR Case, as well as by visiting the help section of the ORCA website at http://orc a.bpn.gov . The help section includes background information, frequently asked questions (FAQ ), the ORCA Handbook, and a phone number to call for assistance. The point-of-contact for technical questions is Michael Chirpich 816-389-3452??Michael.C.Chirp ich@nwk02.usace.army.mil. The point-of-contact for contractual questions is Vera L. Murray (816) 389-3840- Vera.L.Murray@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
SN01258192-W 20070325/070323222801 (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.