Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
SOLICITATION NOTICE

Y -- Construction of Three (3) New Single Hayman-Type Munition Storage Igloos and a Covered Weapons Assembly Shelter at Whiteman Air Force Base, Missouri

Notice Date
4/21/2010
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQR4018
 
Response Due
5/6/2010
 
Archive Date
7/5/2010
 
Point of Contact
Amanda Reyes, 816-389-3991
 
E-Mail Address
USACE District, Kansas City
(amanda.reyes1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a 100% unrestricted competitive request for proposal. Any business size may submit a proposal. U.S. Army Corps of Engineers, Kansas City District, intends to issue a one step Request for Proposal (RFP) solicitation for construction at Whiteman Air Force Base, Missouri using the Best Value Method. This RFP will result in the award of a single Firm-Fixed Price (FFP) Contract. The work will include the construct of three (3) Haymen-type munitions storage igloos (765 SM = 8,231 SF) and a covered weapons assembly shelter (297 SM = 3,196 SF) consisting of reinforced concrete footings and floor slab, reinforced concrete walls and roof, earth overburden, concrete retaining walls, blast resistant doors, utilities, site improvements, demolition of one facility, earthwork, drainage, concrete apron, concrete access lane, lighting, lightning protection, security features, alarms, fencing, seeding, and all other necessary support. Weapon assembly shelter is pre-engineered steel with steel roof.. The munitions assembly area is needed to protect the Massive Ordinance Penetrator (MOP), crews and equipment from direct exposure to the elements as well as hinder any unwanted surveillance of operations. It requires an overhead bridge hoist, maintenance area lighting, an air compressor and regulated outlets for pneumatic tools, a 400 Hz power inverter system, 120 and 240 VAC outlets, and grounding points. This project will comply with antiterrorism/force protection requirements identified in DoD Unified Facilities Criteria. The maximum period of performance for completion of construction and final cleanup is 365 calendar days from Notice to Proceed. The successful offeror will be required to furnish all labor, materials, permits, equipment and services necessary to manage and accomplish the designated construction, recommending a solution and remediation of any problems in a timely and efficient manner. The estimated magnitude for this project is between $5,000,000.00 - $10,000,000.00. The North American Classification System (NAICS) Code for this project is: 237990, under the index title Missile Facility Construction. Small Business Size Standard for this project is: $33,500,000. HUBZone Pricing Preference is applicable to this procurement in accordance with FAR 52.219-4. A Bid bond will be required with your proposal in the amount of 20% of the offeror proposed price or $3,000,000 whichever is less. Payment and Performance bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. 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 through security. You must present a valid drivers license, current vehicle registration and proof of insurance to obtain a vehicle pass. The solicitation containing all necessary specifications and drawings will be available on or about 07 May, 2010 and proposals will be due 30 days from posting of the solicitation. The solicitation including any amendments shall establish the official opening and closing date and time. This solicitation with plans, specifications, and any amendments, will be published in electronic format on FedBizOpps https://www.fbo.gov. There will be no printed hard copies or CD-ROM Disks provided by this agency. Offerors are responsible for checking the website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. CCR Requirements: Prior to submitting a proposal, offerors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions maybe obtained, and online registration may be accomplished at www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423. By submitting an offer, the offeror acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Refer to CCR clause 252.204-7004. Prospective contractors must be registered with CCR prior to award of any contract. ORCA Requirement: 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 (FAR) 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 a contract award and prior to submitting an offer, a firm must be registered in the database. Please register your Representations and Certifications at https://orca.bpn.gov/. Detailed information can be found in cited FAR case, as well as by visiting the help section of the ORCA website. The help section includes background information, frequently asked questions, the ORCA handbook, and a phone number to call for assistance. VETS-100 Requirement: Per Federal Acquisition Regulations (FAR) part 22.1303 all offerors must complete their VETS-100 report via the Department of Labor website at https://vets100.vets.dol.gov/ to be eligible for award. Points of Contact: The point of contact for all questions/inquiries is Amanda R. Reyes, (816)389-3991 or Amanda.R.Reyes@usace.army.mil. Contracting Office Address: U.S. Army Corps of Engineers, Kansas City District, ATTN: Amanda R. Reyes, CECT-NWK-M, 700 Federal Building 601 E. 12th Street, Kansas City, MO 64106-2896
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQR4018/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02128707-W 20100423/100421235326-66879b428811107f52b96b2268690cba (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.