Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2008 FBO #2270
SOLICITATION NOTICE

Y -- Construction of 3 buildings on Fort Riley including all site work and related supporting facilities. The buildings shall create a campus like area and shall be architecturally consistent and blend with Irwin Hospital area.

Notice Date
2/11/2008
 
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-08-R-0033
 
Response Due
4/10/2008
 
Archive Date
6/9/2008
 
Point of Contact
Earl V. Smith, 816-389-3846
 
E-Mail Address
Email your questions to US Army Engineer District, Kansas City
(earl.v.smith@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
WARRIOR IN TRANSITION; The general scope of work includes, but is not limited to construction of Three ( 3)Buildings on Fort Riley including all Site Work and Related Supporting Facilities. The buildings shall create a Campus Like Area and shall be Architecturally Consistent and blend with Irwin Hospital area. At this time the Construction will be an Option To The Contract. This solicitation will be awarding Advisory Services during the preparation of the Design Package. Advisory Services include but are not limited to, Review of Design Documents, Value Engineering, and Pricing Input. Ppre-Solicitation Conference, At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation C onference, the pre-solicitation announcement will be modified accordingly. Organized Site Visit, An organized Site visit will be announced at a later date. Upon announcement of the Organized Site Visit attendees should arrive early to allow time to pass th rough security. You must present a valid drivers license, current vehicle registration and proof of insurance to obtain a vehicle access pass. Notice Of Any Options, The solicitation will include the following known Options: Construction Services. If the o ption 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. Cost Range and Limitatio ns,the Estimated Magnitude of Range is; Between $25,000,000.00 and $100,000,000.00. Type of Contract, This solicitation will be issued as a Request for Proposals (RFP)which will result in the award of Early Contractor Envolment(ECI),Design / Consultant Ser vices, a Single Firm Fixed Priced Construction Contract. Estimated Starting and Completion Dates, The Estimated Performance Period for Completion of Construction is 540 Calendar Days from Notice to Proceed (NTP). Scheduled opening & closing, The solicitati on will be available on or about 25 Feb 08 and Proposals will be due on or about 10 April 08. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Aany Significant Evaluation Factors. Proposals rece ived 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 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. Factors to include and are not limited to: Past Performance and Corporate Experience. The North Amer ican Industry Classification System (NAICS) Code for this project is 236220, SBA size standard, with a size standard of $31.0 MIL. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken fo r the last 3 fiscal years, does not exceed the size standard stated above. Statement that all Responsible Sources may submit proposal, which shall be considered by the agency. THIS SOLICITATION WILL BE UNRESTRICTED Therefore, this project is open to bot h 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 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, 70.0% , Small Disadvantaged Business, 6.2% , Women-Owned Small Business, 7.0% , HUB Zone Small Business, 9.8% , Veteran-Owned Small Business, 3.0% , Service-Disabled Veteran-Owned Small Business, 0.9 , Historically Black Colleges & Universities/Minor ity Institutions (HBCU/MI) , 13.0% . 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 arran gements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement.Information on how to obtain the solicitation. HOW TO OBTAIN A COPY OF THE SOLICITATION. New proc edures 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 downl oad 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. - - - Note: Plan Rooms, Printing C ompanies, 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 t hese alternatives. Any information necessary to obtain and respond to the solicitation electronically. Interested parties can only access the solicitation, including any amendments, at the FedTeDS website, http://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 http://www.nwk.usace.army.mil/contract /contract.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 Su pport 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 t he 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 download on or about REPEAT CLOSING DATE, 10 APRIL 2008. 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 th e registration, go to the CCR website at http://www.ccr.gov . Vendors 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. ORCA REQUIREMENTS. There is a new Federal initiative called Onli ne 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 Federal Acquisition Regulations an d previously found in Section 00600 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. T o be eligible for contract 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 visit ing 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 f or technical questions is JABCOB W.OWEN, 816-389-3314, Jacob.W.Owen@usace.army.mil. The point-of-contact for contractual questions is EARL V. SMITH, 816-389-3846, Earl.V.Smith@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
SN01505759-W 20080213/080211225816 (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.