Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2020 SAM #6617
SOLICITATION NOTICE

Z -- Roofing SATOC, Ft Riley, KS

Notice Date
1/9/2020 5:02:41 AM
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
PANNWD19P0000-008604
 
Response Due
1/23/2020 8:00:00 AM
 
Archive Date
02/07/2020
 
Point of Contact
Misty L. Weinhold, Phone: 8163893368, Rodney A. Morris, Phone: 8163893730
 
E-Mail Address
misty.l.weinhold@usace.army.mil, rodney.a.morris@usace.army.mil
(misty.l.weinhold@usace.army.mil, rodney.a.morris@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The following is a Pre-Solicitation Notice for this requirement. This is not a Request for Quote (RFQ), Request for Proposal (RFP), nor an Invitation for Bid (IFB). The U.S. Army Corps of Engineers, Kansas City District intends to issue a Request for Proposal Solicitation, Set-aside 100% for Small Business concerns, in order to award an Indefinite Delivery Contract (IDC), Single Award Task Order Contract (SATOC) for Roofing Repairs and Replacement on various buildings at Fort Riley, Kansas. � The general scope of work includes, but is not limited to: �Roofing repairs and replacements in Riley and Geary Counties on Fort Riley. Requirements awarded under the IDC will include furnishing all plant, labor, equipment, materials, and transportation and performing all required work in accordance with the plans and specification for replacement and repair of asphalt shingle, built-up asphalt, styrene-butadiene-styrene modified bituminous (mod bit), ethylene-propylene-diene-monomer (EPDM), polyvinyl-chloride (PVC), thermoplastic-polyolefin (TPO), and architectural and structural metal panel roofs. Fort Riley is located in an area with constant changing weather patterns and is subject to extreme conditions such as large hail, strong winds and sudden rain storms. Along with the weather conditions, Fort Riley has a large surplus of limestone facilities dating back to the early to mid-1800�s. At this time, no pre-solicitation conference or organized site visit is planned for this solicitation. If the government does schedule a conference or site visit, the details will be included in the solicitation. This solicitation will be issued as a Request for Proposal (RFP) and evaluated in accordance with FAR 15, using trade-off source selection procedures with non-price technical factors such as Corporate Experience and Past Performance. The Government proposes to issue a single five year firm fixed price type contract for this Design Bid Build construction Indefinite Delivery Contract (IDC). The maximum value of this IDC contract will not exceed $15,000,000. Task orders will be awarded as individual projects are identified. The five year period of performance for this IDC will include one base year with four separately priced option years. � The solicitation will be available on or about January 23, 2020 and bids will be due on or about 24 February 2020. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The North American Industry Classification System (NAICS) Code for this project is 236220, with a size standard of $36,500,000. 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 100% 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-Protegee Agreements, Small Business Consortiums, and other innovative teaming arrangements in order to leverage and/or maximize technical and/or bonding and financial capabilities. 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. Prior to bidding, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site. If you were previously registered in CCR and ORCA, your organization's information is already in SAM. You just need to set up a SAM account and migrate your CCR roles. The point-of-contact for administrative for contractual questions is Rodney A. Morris, at phone: (816)389-3730, or email: rodney.a.morris@usace.army.mil.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2c34e418f38b49dd9b2ed381357d1960/view)
 
Place of Performance
Address: Fort Riley, KS 66442, USA
Zip Code: 66442
Country: USA
 
Record
SN05530836-F 20200111/200109230129 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.