Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2007 FBO #1921
MODIFICATION

Y -- Modification on pre-solicitation synopsis for preconstruction and construction services using the construction manager at risk (CM@R) Training Barracks Upgrade Program (TBUP), Fort Leonard Wood, Missouri.

Notice Date
2/27/2007
 
Notice Type
Modification
 
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-0010
 
Response Due
3/15/2007
 
Archive Date
5/14/2007
 
Small Business Set-Aside
N/A
 
Description
Modification on Preconstruction and Construction Services contract using the Construction Manager at Risk (CM@R) method for Training Barracks Upgrade Program (TBUP). Will be located at Fort Leavenworth, Kansas. This solicitation is full and open co mpetition. The scope of services under this proposed contract includes preconstruction services with an option for the construction effort of performing major renovations of 4 existing Training Barracks. The general scope of work includes, but is not lim ited to, performing major renovations to existing Training Barracks which house a minimum of 240 Soldiers each. The square footage of each barrack is approximated at 40,600SF. A quantity of 4 barracks will be renovated in FY07. Barracks are concrete/CMU bl ock structures, 4 stories high. Major renovations shall include, but are not limited to, removal of minimal asbestos/lead based paint hazards, demolition of most interior walls in order to obtain an open barrack concept equivalent to the floor plan from sa me barracks located at Ft Jackson, relocation of gang latrines and showers, upgrading the HVAC, providing for structural renovations to meet current seismic codes and Force Protection requirements, fire alarm renovation, fire protection renovation, informa tion systems renovation. A new entryway or vestibule will be considered for each barrack. Exercise of option is with in the digression of the government. In the event the government does not exercise the option then the government intent to the project a s a seal bid. A pre-proposal conference is planned for this solicitation and may include a site visit. Contact Carlos Delgado, project manager, for the date, time and location of the conference. Email address is Carlos.J.Delgado@nwk02.usace.army.mil . Or ganized site visit TBA. 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 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 issued as a Request for Proposals (RFP) resulting in t he award of a single firm fixed price (FFP) construction management services with the option to perform the FY 08 renovation work.. The estimated performance period for completion of construction is 360 calendar days from Notice to Proceed (NTP) with the construction option. The base bid preconstruction phase services is anticipated to last four to seven months. The solicitation will be available on or about 15 March 2007 and Proposals will be due on or about 16 April 2007, 2:00 PM. The solicitation, i ncluding any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for B est 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 amend ment. Factors may include and are not limited to past performance and corporate experience. THIS SOLICITATION WILL BE UNRESTRICED, Therefore, this project is open to both large and small business, an 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 targeted goal percentages for this project are : Small Business 51.2% , Small Disadvantaged Business 8.8%, Women-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 t his 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 consolidate bonding and financial capacities. The Small Business Administr ation (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, 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 p rinted hard copies or CD-ROM Disks provided by the agency. Note: 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 capabilities should consider these alternatives. Interested parties can only access the solicitation, including any amendments, at the FedTeDS website, www.fedteds.gov . Vendors must be registere d with FedTeDS in order to access solicitations posted there. 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 www.nwk.usace.army.mil/contract/contra ct.html and 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 T eam 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 abo ve 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 acquisition.army.mil. The solicitation will be available for download on or about 15 March 2007. 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 www.ccr.gov . Ve ndors can download the CCR Handbook 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 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 syst em that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in Section 00600 of construction solicitations. According to FA R 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 must be registered in the database. Please register Representations and Certifications at orca.bpn.gov Detailed in formation can be found in cited FAR Case, as well as by visiting the help section of the ORCA website at orca.bpn.gov . The help section includes background i nformation, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. The point-of-contact for technical questions is Carlos Delgado, 816-389-3277 Carlos.J.Delgado@nwk02.usace.army.mil The point-of-contact for contractual questions is Cheryl Williams, 816-389-3809, Cheryl.K.Williams@nwk02.usace.army.mil or Heather Collins-Allen, 816-389-3823, Heather.L.Collins-Allen@nwk02.usace.army.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
SN01239992-W 20070301/070227221246 (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.