SOLICITATION NOTICE
Y -- Construct Military Working Dog Kennel, Peterson AFB, CO
- Notice Date
- 10/4/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-19-R-0006
- Point of Contact
- Zandra F. Hearn,
- E-Mail Address
-
zandra.f.hearn@usace.army.mil
(zandra.f.hearn@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Solicitation W9128F19R0006 (original Solicitation Number W9128F-18-R-0061), Construct Military Working Dog Kennel Peterson AFB, CO. On or about 12 October 2018, this office will issue a Request for Proposals (RFP) for construction of the 18-dog facility, Military Working Dog Kennel, located at Peterson Air Force Base, Colorado. The solicitation will close on or about 13 November 2018. This solicitation is RESTRICTED to Service Disabled Veteran Owned Small Business Set-Aside. A site visit for the project will be held. Provisions in the solicitation documents will provide detailed information (meeting place, time, points of contact, and access requirements). See SITE VISIT in solicitation Section 00 21 00. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See ‘Obtaining Solicitation Documents' below. Project Description: (Approx. quantities) This project is to Construct a new permanent 550 SM (5,920SF), 18-dog kennel facility, replacing an existing MWD kennel. The new MWD kennel shall also include offices/support areas; storage/tack areas; pavement; site and utilities improvements at Peterson AFB, CO. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work in the proposed number of calendar days (Not to Exceed 365 calendar days) after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. The above project description is for information only. Project scope of work is subject to change. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. RFP Evaluation Criteria Firms participating in the solicitation will submit technical requirements in accordance with Section 00 22 00 PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION. Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Specialized Experience, Technical Approach, Key Personnel, Past Performance, and Contract Schedule). An adjectival method of evaluation will be used to evaluate all technical factors. Price will be evaluated separately for reasonableness and realism. A Best Value selection will be considered after reviewing price and technical factors. The estimated construction cost of this project is between $2,500,000 and $3,000,000. Bidders (Offerors): Please be advised all contractors must be registered and have an active and verified account in the System for Award Management (SAM) in order to receive a contract award from any DoD activity. Contractors may access the Internet site at: https://www.sam.gov/ to register and/or obtain information about the SAM program. FAR and DFARS Representations and Certifications can be submitted at https://www.sam.gov/. Offeror must be certified as a Service Disabled Veteran Owned Small Business at the time of submission of offer. Offerors SDVOSB certification will be verified for eligibility in the VIP database at: https://www.vip.vetbiz.gov. Offerors not possessing a valid, active, and verifiable certification at the time of offer submission will not be considered for award. Contractors must ensure that the applicable NAICS code 236220 is included in their profile prior to submission of offer. Registration with the System for Award Management (SAM) for a domestic entity (located in the United States or its outlying areas) and international entity (not located in the United States or its outlying areas) requires compliance with policy implemented effective 22 March 2018 for new entities registering in SAM and effective 27 April 2018 for existing registrations being updated or renewed. GSA Policy requires submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. Additional information regarding this policy can be accessed at https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (https://www.fbo.gov/). Find solicitation announcement in Fed Biz Opps (https://www.fbo.gov/) 1. Use the 'Quick Search' to locate the project (by entering the solicitation number) or use the advanced search features offered in the 'Find Opportunities' (large arrow in the middle of the page) or use the 'Opportunities' tab followed by the 'Advanced Search' tab. 2. By using the 'login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading 'All Files' or from the 'Packages' tab. 4. If you want other vendors, sub-contractors or contractors to contact you, click on the 'Interested Vendors' tab and then 'Add me to Interested Vendors' link at the bottom of the page. Questions should be made to the Contracting Specialist, Ms. Zandra Hearn via email at Zandra.F.Hearn@usace.army.mil, enter the Solicitation Number in the Subject Line of the email. Phone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-19-R-0006/listing.html)
- Place of Performance
- Address: Peterson Air Force Base, Colorado Springs, CO, Colorado Springs, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN05115678-W 20181006/181004230806-f2c94247b814fee118ee0ad9d29aba2b (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 |