Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
SOLICITATION NOTICE

Y -- DESIGN & CONSTRUCTION OF CONVENTIONAL MUNITIONS STORAGE IGLOOS, REPAIR DRAINAGE WSA, AND REPAIR STEALTH STREET, WHITEMAN AIR FORCE BASE, MISSOURI.

Notice Date
7/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer 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-05-R-0051
 
Response Due
9/14/2005
 
Archive Date
11/13/2005
 
Small Business Set-Aside
N/A
 
Description
The Kansas City District Corps of Engineers has a competitive requirement for a Mulitple Award Task Order (MATOC) contract for a base year and four (4) optional one-year periods with a total overall capacity of $30 million. Up to three (3) contracto rs will be selected to participate with a joint total acquisition value of $30 million for the MATOC contract. This requirement will be a Best Value procurement conducted in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15. The contract will support work to be performed at Whiteman AFB, Missouri. This MATOC contract will accomplish multi-disciplinary maintenance & repair, as well as major construction works, with most task orders ranging from $20,000 to $5,000,000 or in accordance with AFAR Sup 17.9000(a), with a maximum limit not to exceed $14,500,000 per task order. The MATOC will require full or partial designs as well as construction performance under this contract. Interested firms will be required to demonstrate design/build experience to be competitive in this solicitation selection. Three task orders totaling 7 hayman type ammunition igloos (design and construction) will be issued in the solicitation for price evaluation. The first Task Order will be awarded with the basic contract. Future task orders may include any type of construction expertise, therefore, the government is seeking a contractor with broad expertise and capability. For the purposes of this procurement, a concern is considered a small busin ess if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $28.5 million. Large businesses will be required to submit a Small and Small Disadvantaged Business Subcontracting Plan with their proposal showing acceptable leve ls of subcontracting with small, small disadvantaged business (SDB), woman-owned, veteran-owned small business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), HUBZone small business and HBCU/MI concerns. The goal for HBCU/MI subcontracting is 1%. Due to the extensive subcontracting opportunities available under this contract, subcontracting goals are as follows: Small Business 75%; Small Disadvantaged - 10%; Women-owned - 5%; Service-Disabled Veteran-Owned Small Business-5% and HUBZone  3% . The percentage shall be based on the subcontracting dollar amount. The North American Industry Classification System (NAICS) Code is 237990 with size standard of $28.5 Million. For additional contracting opportunities, visit the Army Single Face to Indu stry at http://acquisition.army.mil/. This solicitation will be issued as an Electronic Bid Set (EBS) on Kansas City District U.S. Army Corps of Engineers Contracting Web page in electronic format only. No disks will be mailed. Offerors are responsible for checking the referenced page for any update(s) to the Notice. 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 pos ted at the referenced website. Firms must register via the Internet at the following address: http://www.nwk.usace.army.mil/contract/contract.html in order to receive notification of solicitation/amendment posting. The solicitation will be available for download on or about 8 August 2005. Any questions regarding this solicitation should be addressed to: David.E.Carte@usace.army.mil or Richard.E.Whitsell@usace.army.mil PLEASE NOTE: NEW CCR REQUIREMENTS REQUIRED CCR REGISTRATION: 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 onl ine registration may be accomplished, at www.ccrgov. By submission of a bid, a bidder acknowledges the requirement to be registered in the CCR database prior to award; during performance; and through final payment of any contract resulting from the solicitation. Refer to CCR clause #252.204-7004. Prospective contractors must be registered with CCR prior to contract of award. The CCR web page address is www.ccrgov, or one may telephone 1-800-227-2423 for the Contractor Reg istration Assistant Center OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Prior to bidding, vendors must complete online the Representations and Certifications. To do so requires CCR registration, including an MPIN number. Instructions may be obtained, and required information may be e ntered, at http://orca.bpn.gov. In order to receive quotations one must register on the Kansas City District web site. The web address is http://www.nwk.usace.army.mil/contract/contract.html.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00858120-W 20050731/050729212420 (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.