Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2006 FBO #1563
SOLICITATION NOTICE

Y -- The project will provide a 2400 GPM hydrant fueling system and connect to twelve (12) new hydrant pits.

Notice Date
11/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures 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-06-R-0003
 
Response Due
12/1/2005
 
Point of Contact
Cheryl Williams, 816-983-3809
 
E-Mail Address
US Army Engineer District, Kansas City
(cheryl.k.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This project will consist of the construction of a 2400 GPM hydrant fueling system and connect to twelve (12) new hydrant pits. The system will include: new hydrant fuel pits; a new hydrant fuel pump house and control room; two (2) 10,000- bbl capac ity operating steel storage tanks with concrete containment beams and basins; potable water, wastewater collection; distribution piping to fueling pits; hydrant hose truck checkout pad; two (2) truck offload skids and containment basins; extension of a fue l transfer line to the new fuel pump house; oil water separator; fire alarm system; emergency shutoff switches; backup diesel generator to provide a minimum of 1200 GPM capability for the pump house. Twelve (12) existing hydrant fueling outlet pits are be ing relocated, five (5) to be on the new loop as part of the twelve (12) new pits, and seven (7) to remain on the existing loop. An organized Site visit is scheduled for 15 Dec 05. Site visit attendees should arrive early to allow time to pass through se curity. You must present a valid drivers license, current vehicle registration and proof of insurance to obtain a vehicle access pass. The estimated magnitude of this construction project is: Between $10,000,000 and $25,000,000. This solicitation will be issues as a Request for Proposals (RFP), which will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 545 (Five Hundred and forty-five)-calendar days from Notice to Proceed (NTP). The solicitation will be available on or about the week of 1 December 2005 and proposals will be due on or about 13 January 2006. Proposals received in response to this solicitation will be evaluated for Best Value. The solicitation will include a detailed list of evaluation factors, including any subfactors or elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evaluation factors will be issued by amendment. The North American Industr y Classification System (NAICS) Code for this project is 237120 and with a size standard of 500 employees. THIS SOLICITATION WILL BE UNRESTRICTED - - - Therefore, this project is open to both large and small business, and proposals for all responsible sour ces will be considered by the agency. If a source is a large business, and the proposal exceeds $1 Million, that offeror will be required to submit a Small Business Subcontracting Plan with goals based on percentage of total subcontracted dollars. The targ eted goal percentages for this project are: Small Business, 41.3%, Small Disadvantaged Business, 15.8 %, Women-Owned Small Business, 5.6 %, HUB Zone Small Business, 7.5 %, Service-Disabled Veteran-Owned Small Business, 1.0 %, Historically Black Colleges & Universities/Minority Institutions (HBCU/MI), 13.9 % Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Protege Agreements, Small Business Consortiums, and other innovative Teamin g arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement. This solicitation, with plans, specifications, and any amendments, will be published in e lectronic format as an Electronic Bid Set (EBS) on the Kansas City District Contracting Internet Web Site only. - There will be printed hard copies or CD-ROM Disks provided by the agency. - - - Note: Plan Rooms, Printing Companies, and various Trade Associ ations frequently register as Plan Holders for electronic solicitations, and make them available in printed or CD-ROM format for a fee. Potential offerors with limited printing or downloading capabilities should consider these alternatives. Interested part ies can access the solicitation, including any amendments, at the Kansas City District website - - - http://www.nwk.usace.army.mil/con tract/contract.html Offer ors are responsible for checking the Web Site 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. Firms must also register as Plan Holders via the Internet at the above site in order to receive notification via email of any amendments to the solicita tion or general announcements. For additional contracting opportunities, visit the Army Single Face to Industry at - - - http://acquisition.army.mil - - - The solicitation will be available for download on or about the week of 1 Dec 2005 PLEASE NOTE: NEW C CR REQUIREMENTS - - - 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 online registration may be accomplished, a t www.ccr.gov 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 AWARD OF ANY CONTRACT. The CCR web page address is - www.ccr.gov - or one may telephone 1-800-227-2323 for the Contractor Registration Assistance Center. Other information regarding registratio n can be obtained through CCR Assistance Center at 1-888-227-2423 or through the Internet at - http://ccr.dlsc.dla.mil/ccr-. A paper form for registration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. There is a new Federal initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Fed eral Acquisition Regulations and previously found in Section 00600 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for contract award and prior to bidding, a firm mus t be registered in the database. Please register Representations and Certifications at - http://orca.bpn.gov - - - Detailed information can be found in cited FAR Case, as well as by visiting the help section of the ORCA website at http:// orca.bpn.gov. The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. OFFEROR REPRESENTATIONS AND CERTIFICATIONS - - - Prior to bidding, vendors must complete online Representations a nd Certifications. To do so requires CCR registration, including an MPIN number. Instructions may be obtained, and required information may be entered, at - - - http://orca.bpn.gov - In order to receive quotations one must register on the Kansas City Distr ict web site at - - - http://www.nwk.usace.army.mil/contract/contract.html / POINTS-OF-CONTACT The point-of-contact for administrative or contractual questions is Cheryl Williams, (816) 983-3809. The point-of-contact for questions regarding the scope of wo rk, plans and specifications, or other technical issues is Edgar Ray, (816) 983-3264. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-MAR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-06-R-0003/listing.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
SN01001093-F 20060308/060306213207 (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.