Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOLICITATION NOTICE

Y -- Consolidated Troop Medical Clinic

Notice Date
5/14/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building 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
W912DQ10R4024
 
Response Due
7/29/2010
 
Archive Date
9/27/2010
 
Point of Contact
Shem S. Yusuf, 816-389-3441
 
E-Mail Address
USACE District, Kansas City
(shem.s.yusuf@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Consolidated Troop Medical Clinic This acquisition is a Total Small Business Set Aside. The Government will only accept proposals from offerors that qualify as a Small Business under NACIS code 236220. U.S. Army Corps of Engineers, Kansas City District, intends to issue a Two-Phase Design-Build Request for Proposals (RFP). The solicitation will be evaluated under the Two Phase Design Build Process. In Phase 1, interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute a contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will select no more than five (5) to compete for the contract in Phase 2. The Phase 1 Solicitation will be available on or about the June 09, 2010, and Phase 1 Proposals will be due on or about June 24, 2010. In Phase 2, the selected Offerors will submit both technical and price proposals. Offerors will be given approximately 30 calendar days to submit their Phase 2 proposals. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The successful offeror will be required to furnish all labor, materials, permits, equipment and services necessary to perform a firm fixed price Design-Build construction type contract. The General Scope of Work: Work to be performed includes the design and construction of an addition and alteration to the Richard G. Wilson Consolidated Troop Medical Clinic (CTMC). The design will involve the addition of 10,176 square feet (sf) of new space as well as limited demolition and alteration of 2,500 sf of existing space. The new addition will include clinical spaces such as exam rooms and support spaces; soil utilities, clean utilities and toilets; nurses stations, physical therapy activities, Laboratory spaces and more. This project will also provide all site improvements, including a parking lot, necessary to support the new building facilities. The Design Build (D-B) Contractor shall meet the requirements listed in the criteria and use its engineering judgment to develop a site plan for this Medical Clinic site. The area available for the development of the Medical Clinic Addition is approximately one (1) acre. The D-B Contractor shall confirm the site boundaries during site design development and prior to construction. Demolition in the scope of this project includes removal of partitions, doors, ceilings, floor finishes, plumbing fixtures, and electrical fixtures and devices in the renovated portion of the existing facility, and removal to a depth of 5 feet, of anything encountered that interferes with installation of the building substructure. The CTMC addition will be attached to the existing clinic with complete connectivity of the spaces physically and esthetically. The addition's exterior will complement and enhance the existing clinic and will house additional common support, clinical spaces, laboratory, and physical therapy spaces. This project is located at Fort Leonard Wood, Missouri. The estimated magnitude of this project is between $5,000,000 and $10, 000,000. The North American Classification System (NAICS) Code for this project is: 236220 Small business size standard for this project is: $33,500,000 A Bid bond will be required with your proposal in the amount of 20% of the offeror proposed price or $3,000,000.00 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. This solicitation will be issued as a Two Phase Request for Proposal (RFP) which will result in the award of a single Firm Fixed Price (FFP) contract. The estimated period of performance for completion of construction and final cleanup is 540 (Five Hundred and Forty) calendar days from date of Notice to Proceed (NTP). At this time no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, this pre-solicitation announcement will be modified accordingly. 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. 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. 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. Offerors are responsible for checking the FedBizOpps 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, vendors 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: Online Representations and Certifications Application (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 004500 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ10R4024/listing.html)
 
Place of Performance
Address: USACE District, Kansas City Fort Leonard Wood Fort Leonard Wood MO
Zip Code: 65473-0200
 
Record
SN02149954-W 20100516/100514234753-f830eaa3bdce19dfd576bd3ca2e00be4 (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.