Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2013 FBO #4233
SOLICITATION NOTICE

Y -- HISTORICAL RENOVATION OF BUILDING 211 LOCATED AT FT. RILEY, KANSAS

Notice Date
6/25/2013
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-13-R-4016
 
Response Due
8/8/2013
 
Archive Date
8/24/2013
 
Point of Contact
Carol Hodges, 816-389-3732
 
E-Mail Address
USACE District, Kansas City
(carol.w.hodges@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is a small business set-aside competition. The Government will accept proposals from all offerors that qualify under NACIS code 236220. The U.S. Army Corps of Engineers, Kansas City District, intends to issue a Two-Phase Design-Build Request for Proposals (RFP). The solicitation will be evaluated under the Two Phase Design Build Process. In Phase 1, interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute a contract resulting from this solicitation. The Government will evaluate the qualifications in accordance with the criteria described in the solicitation and will select up to five (5) to compete for the contract in Phase 2. The Phase 1 Solicitation will be available on or about July 10, 2013, and Phase 1 Proposals will be due on or about August 8, 2013. In Phase 2, the selected Offerors will submit both technical and price proposals. Offerors will be given approximately 30 calendar days to submit their Phase 2 proposals. The successful offeror will be required to furnish all labor, materials, permits, equipment and services necessary to perform a firm fixed price Design-Build construction type contract. The General Scope of Work: Renovate Historic Building 211, Ft. Riley, KS This project is a Design Build Project that will renovate historic Building 211 located in the Main Post area of Ft. Riley, KS. This facility is listed on the National Register of Historic Places Inventory. This structure was built in 1889 of native limestone. The level of effort includes the renovation and repair of an existing two-story with basement, 41,062 SF, administrative building into an Education Center. This facility is currently in use but has failed or failing components including heating and air conditioning system, plumbing, electrical, and interior finishes. This historic limestone and concrete floor building will be renovated and repaired to provide suitable modern offices, training space and classrooms, and bring deteriorated components and systems in the building up to current building codes and Life Safety standards, Americans with Disabilities Act (ADA), National Plumbing, ASHRAE Mechanical, and National Electrical Code requirements, Unified Facilities Criteria as well as DoD Minimum Antiterrorism Standards For Buildings and DA Seismic Standards. The scope of this project includes total building repair as well as alteration. The interior work includes reconfiguration of spaces necessary to accommodate the program requirements including an existing auditorium, installation of stairwells, and an elevator. Failing plumbing, ventilation, and air conditioning system of the building will be totally replaced to meet code requirements and Army Energy Standards. Building Information Modeling (BIM) will be used to prepare the design documents, and will be expected to be used by the construction contractor. Some elements of the building are historic in nature and must be preserved. It will be the responsibility of the design-build contractor team to coordinate the design and construction of the Education Center with the Ft. Riley Historic Architect to ensure that the provisions of 36 CFR 800 and the KS SHPO (Kansas State Historic Preservation Office) review requirements are met. This project is located at Fort Riley, Kansas. The estimated magnitude of this project is between $10,000,000 and $25,000,000. A Bid bond will be required with your proposal in the amount of 20% of the offeror proposed price or $3,000,000.00 whichever is less. Payment and Performance bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. This solicitation will be issued as a Two Phase Request for Proposal (RFP) which will result in the award of a single Firm Fixed Price (FFP) contract. HOW TO OBTAIN A COPY OF THE SOLICIATION: 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 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. System for Award Management (SAM): In August 2012, the General Services Administration (GSA) moved ORCA and CCR into SAM (https://www.sam.gov/sam/). If you were registered in CCR, your company's information is already in SAM. You just need to set up a SAM account. See this link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf POC for this matter is Carol Hodges at 816-389-3732 or email carol.w.hodges@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-13-R-4016/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
SN03098516-W 20130627/130625234537-bed14b58e8fd87b8a54e00340354b09e (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.