Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
SOLICITATION NOTICE

Y -- Irwin Army Community Hospital ADAL project located at Fort Riley, Kansas

Notice Date
5/20/2008
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, 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-0055
 
Response Due
7/15/2008
 
Point of Contact
Cheryl Williams, 816-983-3809
 
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 Early Contractor Involvement (ECI) method for the Irwin Army Community Hospital ADAL project located at Fort Riley, Kansas. The ECI method is similar to the Construction Manager at Risk method. The general scope of work includes, but is not limited to, construction of approximately 58,000 SF in alterations to the existing Irwin Army Community Hospital (IACH), a stand alone approximately 31,000 SF 2-Story additions, and associated site work. Supporting facilities include connections to existing utilities, paved parking and drives, curbs and gutters, sidewalks, security lighting, communication connections, landscaping, and AT/FP measures (primarily special doors, windows and site features). The construction phase services will be an option to the contract subject to authorization and appropriation by Congress. This solicitation will award preconstruction phase services as the base bid using ECI (Construction Manager at Risk) method. The design is currently 20% complete stage and an A/E firm is currently completing the design to 100% stage. Preconstruction phase services include, but are not limited to, review of design documents, value engineering, construction phasing, constructability reviews and technical and pricing input. A pre-proposal conference and site visit will be scheduled; the time and date will be announced in the solicitation. The solicitation will include the following known options: Construction Phase Services. 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 the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 550 Calendar days from Notice to Proceed (NTP) of the construction option for the addition, and 1100 days from Notice to Proceed (NTP) of the construction option for the remainder of the alterations phases. The base bid preconstruction phase services are anticipated to last nine months. The solicitation, including any amendments, will 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 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: corporate experience, past performance, local market knowledge, and staffing plan. This solicitation, with plans, specifications, and any amendments, will be published in electronic format. There will be no printed hard copies of CD-ROM Disks provided by the agency. All vendors must register in the Central Contractor Registration (CCR) in order to receive a government contract 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 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 system 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 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 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://orca.bpn.gov. The help section includes background information, frequently asked questions, and a phone number to call for assistance. The point of contact for technical question is Mr. Kelly Ryan, 816-389-3324 or kelly.ryan@usace.army.mil. The point-of-contact for contractual questions is Cheryl K. Williams, 816-389-3809 or Cheryl.K.Williams@usace.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1afea8efa102aded0cea93d253258d39&tab=core&_cview=1)
 
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
 
Record
SN01577574-W 20080522/080520223113-1afea8efa102aded0cea93d253258d39 (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.