MODIFICATION
Z -- Administration Building Roof Replacement at Truman Lake, MO Benton County, MO
- Notice Date
- 8/21/2012
- Notice Type
- Modification/Amendment
- NAICS
- 238160
— Roofing 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
- W912DQ12B1034
- Response Due
- 8/30/2012
- Archive Date
- 10/29/2012
- Point of Contact
- Jaclyn Rivera, 816-389-2266
- E-Mail Address
-
USACE District, Kansas City
(jaclyn.c.rivera@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT W912DQ-12-B-1034-0001 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Synopsis No. W912DQ-12-B-1034 Administration Building Roof Replacement at Truman Lake, MO Benton County, MO The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for Building Construction Services for roof replacement, Located at Harry S. Truman Lake, Benton County, MO. The general scope of work includes, but is not limited to: a Pre-Work Meeting, Site Preparation, and Roof Installation. 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. A site visit is planned for this solicitation. The government has scheduled a site visit for August 16, 2012 at 10:00 AM (see clause 52.236-27 for more detail). If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable. At this time, no options have been identified for this project. If the price schedule is changed to include options prior to the release of the solicitation, the pre-solicitation announcement will be modified. If the price schedule is changed to include options after release of the solicitation, the solicitation will be amended accordingly. 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 issues as a Initiation for Bids (IFB) which will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion is by 1 December 2012. The solicitation will be available on or about August 10, 2012 and proposals will be due on or about, August 23, 2012. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The Government reserves the right to Amend or Cancel this Pre-solicitation at any time. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 14. The solicitation will include a 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. The North American Industry Classification System (NAICS) Code for this project is 238160, with a size standard of $14,000,000. 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 full 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 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 visiting 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. Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained and online registration may be accomplished at www.ccr.gov. One can also contact the Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. Offerors are required to complete ORCA requirements prior to submitting their proposal. ORCA may be accomplished at http://orca.bpn.gov. The point-of-contact for administrative or contractual questions is David M. Best. Phone: (816)389-3404, email: david.m.best@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ12B1034/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
- Zip Code: 64106-2896
- Record
- SN02848378-W 20120823/120822000106-cb0695ec2a64ce110c17d336ddc84a0e (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 |