Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2002 FBO #0206
SOLICITATION NOTICE

C -- IMPROVE MILITARY FAMILY HOUSING, PHASE 3 (FY 02 YWHG009114) & REPLACE MILITARY FAMILY HOUSING (FY 03 YWHG009404R2), WHITEMAN AFB, MISSOURI

Notice Date
6/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Kansas City-Military, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
DACA41-02-R-0010
 
Response Due
8/12/2002
 
Archive Date
9/11/2002
 
Point of Contact
Pamela Wellons, 816-983-3802
 
E-Mail Address
Email your questions to US Army Engineer District, Kansas City-Military
(pamela.s.wellons@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA On or about 12 Jul 2002, the U. S. Army Corps of Engineers Kansas City District will issue Request for Proposals for the design and construction of IMPROVE MILITARY FAMILY HOUSING, PHASE 3 (FY 02 YWHG009114) & REPLACE MILITARY FAMILY HOUSING (FY 03 YWHG009 404R2), WHITEMAN AFB, MISSOURI. WORK DESCRIPTION: The work will include the following: The Improve Military Family Housing (Phase 3) - FY 02 includes all work required to renovate/improve 164 Housing Units and associated site work and utility improvements . Completed drawings and specifications are included in the Request for Proposal (RFP) for this phase of work. Approximately 6 different housing types comprise the total 164 units. The housing unit sizes range from approximately 1000 square feet to 1400 square feet. The housing units are single-story units. Of the 164 housing units, approximately nine will be handicapped accessible. Work will add 1-car garages to the existing units. Work generally consists of carport demolition, asbestos/lead paint abate ment, carpentry, replacement kitchen cabinetry, bathroom fixtures, electrical upgrades, HVAC replacement, telephone/cable upgrades, room additions, metal siding, asphalt shingles, driveway replacement, garage addition, sidewalks, replacement of utility ser vice lines, painting, drywall, interior finishes, plumbing, lighting fixture replacement, site grading, landscaping, patio fencing, new playgrounds, bike/hiking trails, and picnic shelters. Replace Military Family Housing - (FY 03) may be included in the solicitation as a contract option for 22 new family NCO 3 bedroom housing units and 22 existing unit demolitions. 35% plans and draft specifications will be included in the RFP depicting required floor plans and elevations. This phase of the contract, if option is awarded, requires completion of the design and subsequent construction of the work required in the RFP. The construction will include 22 complete new duplex units with single car garages, driveways, landscaping, utilities, roadways, lighting, s ite grading, playgrounds, bike/walkways and neighborhood improvements. Demolition will include asbestos/lead paint abatement, demolition, and site restoration of 22 existing family housing units constructed in the 1950-1960 timeframe in various areas on b ase. Proposals will be due on or about 12 August 2002. This solicitation is unrestricted and open to both large and small business participation. A site visit and pre-proposal conference is scheduled for 26 July at the proposed Construction Site at 9:00 a .m. (local time). Location of the site visit and pre-proposal conference will be established by the solicitation. PREPROPOSAL CONFERENCE: You are encouraged to attend the Preproposal Conference and Site Visit scheduled. This conference will provide gener al information such as how a best value evaluation works at the Kansas City District office, important things to remember for a successful proposal, past performance information, specific Whiteman AFB requirements, etc. This conference will also provide s pecific project information including highlights of the technical requirements, identification of specific areas to watch, as well as an overview of how this project fits in to the grand scheme of things. All contractors must contact the Whiteman AFB Resid ent Office (CENWK-FM-BW-W), U.S. Army Corps of Engineers, 641 2ND St., Bldg. 115, P.O. Box 7003, Whiteman AFB, MO 65305, Telephone: (660) 563-2311 or Fax:(660) 563-4706 a minimum 5 work days in advance of scheduled site visit and pre-proposal conference da te to coordinate access to the base. DO NOT submit requests for proposal documents to the site visit personnel listed above. PROPOSAL EVALUATION AND AWARD: Proposals will be submitted and evaluated based on the best value approach considering technical eva luation factors and price and technically acceptable requirements specified in RFP section PROPOSAL SUBMISSION REQUIREMENTS AND INSTRUCTIONS. An adjectival meth od of evaluation will be used to evaluate the technical evaluation factors. The technical evaluations factors are expected to include: Technical Data (Construction Materials, Products, Equipment and Systems); Offeror's Experience, Past Performance and Pers onnel; Project Management; and Utilization of Small Business Concerns. Price will be comparatively evaluated for reasonableness and realism. The solicitation will set a not to exceed price limitation. Betterments may be proposed by the contractor to provi de more than the minimum base requirements. The offer selected will represent the ?Best Value? to the government considering both technical evaluation and value offered, considering all betterments, by the offeror. The estimated design and construction co st for this project is between $15,000,000 and $25,000,000. Contractor's Quality Control will be a requirement in this contract. SUBCONTRACTING PLAN REQUIREMENTS: Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2002: (a) Small Bu siness: 61.4% of planned subcontracting dollars. (b) Small Disadvantaged Business: 9.1% of planned subcontracting dollars. (c) Women Owned Small Business: 5.0% of planned subcontracting dollars. (d) Severely Disabled Veterans 3.0% of planned subcontracting dollars. (e) HUBZones 3.0% of planned subcontracting dollars. SCHEDULE REQUIREMENTS: The Contractor will be required to commence work within 10 days after notice to proceed and complete the work within the timeframe proposed by the offeror. Completion of the 02 facilities and turnover to the government will be accomplished by phases. Approximately half of the 164 units will be ready for work at NTP. The remainder will be ready for work upon completion of major blocks of houses. A phasing plan will be i ncluded in the RFP. The 03 (option) shall be completed in one phase (365 calendar days.) The option (if exercised) for Phase 2 (FY03) will be exercised between 1 October 2002 and 15 February 2003. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. SOLICITATION DOCUMENTS: The proposal documents will posted to the web site listed below. In addition, the proposal documents will also be available on C ompact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Proposal documents will not be provided in a printed hard copy format. Contractors may view and/or download th is project from the Internet at the following Internet address: http://nwk-ebs.nwk.usace.army.mil/ebs/advertisedsolicitations.asp. It is also the responsibility of all contractors to periodically check this website for amendments and updated information. O rdering of CD-ROMs shall be made through the Internet address above. To register on the District website, go to the Solicitation Registration section of the synopsis and click on the link for Register For This Solicitation. If any of the information change s during the advertisement period, you must login to this website to make the changes. Failure to provide correct or updated information may cause a delay in receiving notification of changes or receipt of CD-ROM and amendments. POINTS OF CONTACT: Adminis trative questions should be made to Pamela Wellons at 816-983-3802, Pamela.S.Wellons@usace.army.mil. Telephone calls regarding Small Business matters should be made to: Arthur Saulsberry at 816-983-3927, Arthur.E.Saulsberry@usace.army.mil. Telephone calls on proposal documents (technical content) should be made to the Project Manager, Rick Whitsell, at 816-983-3465, Richard.E.Whitsell@usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Kansas City-Military ATTN: CENWK-CT, 760 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00098649-W 20020626/020624213318 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.