Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
SOLICITATION NOTICE

Y -- Project includes the Design and Construction of up to 237 Military Family Housing Units with Garages.Project includes Demolition.

Notice Date
7/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
236116 — New Multifamily Housing Construction (except Operative Builders)
 
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-0047
 
Response Due
8/28/2006
 
Archive Date
10/27/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for **** Design-Build Services **** for FY 05 & FY 06 Replace Family Housing, , located at Whiteman AFB, Missouri The general scope of work includes, but is not limited to, Design and Construction of up to 237 new Family Housing units and demolition of up to 237 existing Family Housing units. New units will be a combination of duplex and single family dwellings for multiple grades of Officer Housing, Senior NCO, and Junior N CO personnel. Units will be sited within existing Family Housing areas to be demolished that will require asbestos and lead paint disposal. Work will include site grading, all utility replacement, street work, existing site and unit demolition, playgroun ds, and new family housing construction necessary to design and construct a neighborhood environment for Air Force personnel assigned to Whiteman AFB. All units will require two car garages, central air conditioning, household appliances, plumbing, and el ectrical work. The RFP will include the general site layout and preliminary drawings (elevations and floor plan) for each type of house as well as other supporting information. Acceptable methods of housing construction are on-site built, off-site compo nent built, and off-site modular provided that all RFP requirements are met. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. **** An organized Site visit has been tentatively scheduled for: 11 August 2006. Contact Whiteman AFB Resident Engineer, US Army Corps of Engineers, at Telephone (660)563-2311 or Fax (660)563-4706 NLT 4 August 2006 for arrangements for the site visit. If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable. Attendees should arrive early to allow time to pass through security. You must present a valid drivers lice nse, current vehicle registration and proof of insurance to obtain a vehicle access pass. **** **** The solicitation will include the following known options: If the option schedule is changed prior to release of the solicitation, the pre-solicitation announcement will be modified. If the option schedule is changed after release of the solicitation, the solicitation will be amended accordingly. **** In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: **** Between $25,000,000 and $100,000,000. **** 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 730 calendar days from Notice to Proceed (NTP). The solicitation will be available on or about 28 Jul 2006 and **** Proposals **** will be due on or about 28 Aug 2006 The solicitation, including any amendments, shall establish the official opening and closing dates and times. **** RFP **** Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for **** Best Value. **** **** Lowest Price Technically Acceptable Offer. **** The following significant evaluation factors will be used as the basis for award. Experience, Past Performance, Project Management, and Price. 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 c hanges to evaluation factors will be issued by amendment. The North American Industry Classification System (NAICS) Code for this project is 236115  New Single-Family Housing Construction (except Operative Builders) Classification Code: YConstruction of Structures and Facilities , with a size standard of **** $28,500,000.00 **** 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. **** NA**** The following Numbered Notes apply: **** ENTER NUMBERED NOTES (if any) **** ****NA*** ***FULL-AND-OPEN **** - - - THIS SOLICITATION WILL BE UNRESTRICTED - - - Therefore, this project is open to both large and small business, and proposals for all responsible sources will be considered by the agency. If a source is a large business, and the proposal exceeds $1 Mi llion, that offeror will be required to submit a Small Business Subcontracting Plan with goals based on percentage of total subcontracted dollars. The targeted goal percentages for this project are : Small Business, **** 43 % **** , Small Disadvantaged Business, **** 16.5 % **** , Women-Owned Small Business, **** 5.7 % **** , HUB Zone Small Business, **** 8.0%**** , Service-Disabled Veteran-Owned Small Business, **** 1.5% **** , 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-Prot?g? Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolid ate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement. - - - HOW TO OBTAIN A COPY OF THE SOLICITATION - - - New procedures being implemented for U.S. Army Corps of Engineer solicitations will require that all potential offerors to include Prime Contractors, subcontractors, suppliers, plan rooms and printing companies register in CCR and FedTeDS in order to view or download solicitations. This solicitation, with plans, specifications, and any amendments, will be published in electronic format as an Electronic Bid Set (EBS) at the FedTeDS website, http://www.fedteds.gov . You can access the FedTeDS website from Fed BizOpps by clicking on the link labeled Technical Data Package, then in the next screen, clicking on the link labeled Available via the FedTeDS website. There will be no printed hard copies or CD-ROM Disks provided by the agency. - - - Note: Plan Rooms, Pr inting Companies, and various Trade Associations 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 co nsider these alternatives. Interested parties can only access the solicitation, including any amendments, at the FedTeDS website, http://www.fedteds.gov . Vendors must be registered with FedTeDS in order to access solicitations posted there. Before you can register at FedTeDS, you m ust be registered in CCR (see below). If you need detailed instructions, go to the Kansas City District website at http://www.nwk.usace.army.mil/contract/contract.html and click on the link Registration Instructions. This link will explain the registrati on process and provide information on how to use the website. For assistance using the FedTeDS website, contact the Ogden Electronic Business Operations Support Team at 1-866-618-5988 (toll free). 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 solicitation or gen eral 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 **** 28 Jul 2006 **** - - - CCR REQUIREMENTS - - - All vendors must register in the Central Contractor Registration (CCR) in order to access solicitations or receive a government contract award. To complete the registration, go to the CCR website at http://www.ccr.gov . Vendors can download the CCR Handboo k to use as a guide for completing their registration. To download the handbook, click the tab at the top of the screen labeled CCR Handbook. If assistance is needed with CCR registration, contact the CCR Helpdesk at 1-888-227-2423. A paper form for regist ration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. - - - ORCA REQUIREMENTS - - - 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 representa tions and certifications required by the Federal 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 con tract award and prior to bidding, a firm must 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://orc a.bpn.gov . The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. --- POINTS-OF-CONTACT --- The point-of-contact for technical questions is Rick Whitsell, Project Manager, 816-389-3465, email: Richard.e.whitsell@nwk02.usace.army.mil. . The point-of-contact for contractual questions is Earl V. Smith, Contract Specialist, 816-389-3846, Earl.V.Smith@nwk02.usace.army.mil. End of synopsis.
 
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
SN01089618-W 20060716/060714221452 (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  © 1994-2020, Loren Data Corp.