Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

Y -- Renovation of Historical Building 466 and Building 467 on fort Leavenworth at Leavenworth, KS

Notice Date
8/18/2010
 
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
W912DQ10R4020
 
Response Due
9/16/2010
 
Archive Date
11/15/2010
 
Point of Contact
Rodney A. Morris, 816-389-3730
 
E-Mail Address
USACE District, Kansas City
(rodney.a.morris@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Presolicitation was posted under Solicitation Number: W912DQ-R-4020 on July 7, 2010. The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Design-Bid-Build Services for Renovation of Buildings 466 and 467, located at the Fort Leavenworth, Kansas. The solicitation will be available on or about 09 Aug 2010 on the FeedBizOps website at www.fbo.gov. The Proposals will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times The general scope of work includes, but is not limited to, Construction of whole building renovations to Buildings 466 and 467 in the old U.S. Disciplinary Barracks at Fort Leavenworth in accordance with the National Historic Preservation Act, Secretary of Interior Standards and Guidelines, and 36 CFR 800; Protection of Historic Properties. The buildings will be renovated to include IT-intensive classrooms, administrative and general office space, shower facilities, a Senior Executive Service (SES) suite, administrative and general office space with support and an approximate 3,500 sf Sensitive Compartmented Information Facility (SCIF). The design intent is to upgrade and renovate to current building code while taking into account the historic nature of the buildings. Building 466 is a 25,160 sf three story structure and Building 467 is a 34,656 sf four floor structure. All new utility connections to the building will be required. This solicitation will include options that will be included in the Award. This solicitation will be issues as a Request for Proposals (RFP) which will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is five hundred forty (540) calendar days from 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, the pre-solicitation announcement will be modified accordingly. An organized Site visit will be scheduled at a later date. If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable. 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 access pass. 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. The North American Industry Classification System (NAICS) Code for this project is 236220, and the size standard is $33,500,000.00. 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. THIS SOLICITATION WILL BE UNRESTRICTED - - - Therefore, this project is open to both 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% Small Disadvantaged Business 6.2 % Women-Owned Small Business 7.0 % HUB Zone Small Business 9.8 % Veteran Owned Small Business 3.5% Service-Disabled Veteran-Owned Small Business 2.0 % Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Protg Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement. 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 Source Selection. 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 factors will be issued by amendment. HOW TO OBTAIN A COPY OF THE SOLICITATION - - - To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO 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. PLEASE NOTE: CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained and online registration may be accomplished at www.ccr.gov. One can also contact the Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. ORCA REQUIREMENTS: Offerors are required to complete ORCA requirements prior to submitting their proposal. ORCA may be accomplished at http://orca.bpn.gov. POINTS-OF-CONTACT: The point-of-contact for technical questions is Mary Lyle, 816-389-3890, mary.b.lyle@usace.army.mil. The point-of-contact for contractual questions is Rodney Morris, 816-389-3730, Rodney.A.Morris@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ10R4020/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
SN02245173-W 20100820/100818235250-3a98283f763734a3124a4021f9ed0fce (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.