Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2006 FBO #1845
SOLICITATION NOTICE

Y -- Design/Build A-E Prime Power School including a General instruction/administration facility training area.

Notice Date
12/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building 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-07-R-0012
 
Response Due
1/31/2007
 
Archive Date
4/1/2007
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for preconstruction and Construction Services using the Construction Manager at Risk method for the Prime Power School located at Fort Leonard Wood, Missouri. Th is solicitation will be issued as a Request for Proposals (RFP) resulting in the award of a single firm fixed price (FFP) construction contract. The North American Industry Classification System (NAICS) Code for this project is code is 236220 with a size standard of $31 Million. Note: 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. The project objective is to design and build the Prime Power School complex, including a general instruction/administrative facility, training area with concrete hardstands, electrical switching station, diesel fuel storage, IDS installation, connection to both EMCS and informati on systems. Supporting facilities include connections to existing utilities, paved parking and drives, curbs and gutters, sidewalks, covered pavilion, security lighting, communications connections, landscaping, and AT/FP measures (primarily special doors, windows and site features). The construction phase will be an option to the contract subject to authorization and appropriation for the project by Congress. This solicitation will award preconstruction phase services as the base bid using the Construc tion Manager at Risk method. Design is at 0% complete. Preconstruction phase services include, but are not limited to, review of design documents, value engineering, construction phasing, constructability reviews and technical and pricing input. The sol icitation will include the following known options: Construction option. 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 sol icitation, the solicitation will be amended accordingly. The estimated performance period for completion of construction is 540 calendar days from Notice to Proceed (NTP) with the construction option. The base bid preconstruction phase services is antici pated to last twelve-eighteen months. A pre-proposal conference is planned for this solicitation and may include a site visit. Contact Mr. Kelly Miller, Project Manager, for the date, time and location of the conference, at kelly.b.miller@usace.army.mil. 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. The solicitation will include a detailed list of evaluation factors, including any sub-factors or elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evaluation factors will be issued by amendment. Factors to include and are not limited to: past performance and corporate experienc e. 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 Mill ion, 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 51.2%; Small Disadvantaged Business 8.7%; W omen-Owned Small Business 7.3%; HUB Zone Small Business 3.1%; Service-Disabled Veteran-Owned Small Business 1.5%. Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Protege Agree ments, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement. 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 must be registered in CCR, ORCA 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 FedBizOpps 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. - - - Not e: Plan Rooms, Printing 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 capab ilities should consider these alternatives. Before you can register at FedTeDS, you must 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 an d click on the link Registration Instructions. This link will explain the registration 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 1-8 66-618-5988 (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 general announcements. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil The solicitation will be available for d ownload on or about 28 Dec 07. The point-of-contact for technical questions is Mr. Kelly Miller RA, DBIA at 816-389-3317 or e-mail kelly.b.miller@usace.army.mil. The point-of-contact for contractual questions is Matthew J. Wilson at 816-389-3426 or e-mail matthew.j.wilson@nwk02.usace.ar my.mil.
 
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
SN01195913-W 20061215/061213220948 (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.