Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2008 FBO #2273
SOLICITATION NOTICE

Y -- Bid-Build and/or Design Build SATOC (Single Award Task Order Contract) at Fort Riley, Kansas.

Notice Date
2/14/2008
 
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-0026
 
Response Due
4/11/2008
 
Archive Date
6/10/2008
 
Point of Contact
Matthew J. Wilson, 816-389-3426
 
E-Mail Address
Email your questions to US Army Engineer District, Kansas City
(matthew.j.wilson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Bid-Build and/or Design Build SATOC (Single Award Task Order Contract) at Fort Riley, Kansas. NOTE: We are still deciding which category we are goi ng to use, i.e. 8(a), Hub Zone or Service Disabled Veteran owned. Therefore, with this synopsis we are also collecting market research to find out which category will provide the Corps of Engineers with the most competition. We are asking any Small Busi ness that would be interested in competing for this SATOC to submit the following information for these three questions: 1. What is the name of your Company? 2. What category do you go by (8(a), Hub Zone or Service Disabled Veteran owned)? 3. What typ e of work do you do? These questions should be directed to Matthew J. Wilson at the following e-mail address no later than 1500 hrs (3:00 pm) CST on February 20, 2008: matthew.j.wilson@usace.army.mil . Once this date closes we will determine what catego ry we will set out the solicitation in. THIS SOLICITATION IS BEING ISSUED AS set aside for small business. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible small businesses s ources may submit a proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Prot?g? Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to l everage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement in advance of submitting an offer. This solicitation will be issued as a Request for Proposals (RFP) resultin g in the award of a single Indefinite Delivery Indefinite Quantity (IDIQ) type contract. The North American Industry Classification System (NAICS) Code for this project 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. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this bid-build and/or design/build SATOC is between $10,000,000.00 and $25,000,000.00, over the next three (3) years. The general scope of work includes, but not limited to, all work required to bid-build or design-build various rehabilitation or new projects located at Fort Riley, Kansas, with a seed project being the Campbell Hills Scales relocation project. The work shall be in accordance with Request for Proposal documents issued with this solicitation. The solicitation will not have optio ns. The estimated performance period for completion of construction projects will be assigned in each individual Task Order. At this time, no organized site visit is planned for this solicitation. If the government does elect to hold a Pre-Soli citation Conference, the pre-solicitation announcement will be modified accordingly. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulati ons (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 factor s will be issued by amendment. The following significant evaluation factors will be used as the basis for award: 1. Project Management Plan, 2. Corporate Experience, 3. Offeror Past Performance Information, 4. Price. New procedures being i mplemented 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) a t 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 b e no printed 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 forma t for a fee. Potential offerors with limited printing or downloading capabilities should consider these alternatives. All vendors must register in the Central Contractor Registration (CCR) in order to access solicitations or receive a government c ontract award. To complete the 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 C CR 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 initi ative 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 Federal Acquisiti on 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 must be registere d 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 sec tion includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. Interested parties can only access the solicitation, including any amendments, at the FedTeDS website, http://www.f edteds.gov . Vendors must be registered 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 O gden 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 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 March 03, 2008 The point-of-contact for technical questions is Mr. Jacob Owen at 816-389-3314 or e-mail Jacob.w.owen@usace.army.mil. The point-of-contact for con tractual questions is Matthew J. Wilson at 816-389-3426 or e-mail matthew.j.wilson@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
SN01509243-W 20080216/080214230003 (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.