Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOLICITATION NOTICE

Y -- SDVOB Single Award Task Order Contract Ft Leonard Wood, MO

Notice Date
3/10/2011
 
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
W912DQ11R4013
 
Response Due
5/6/2011
 
Archive Date
7/5/2011
 
Point of Contact
Sue Myers, 816-389-3677
 
E-Mail Address
USACE District, Kansas City
(sue.e.myers@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a Request for Proposal (RFP) Service Disabled Veteran Owned Business Set-Aside Solicitation for a Single-Award Task Order Contract (SATOC). The primary purpose of this SATOC contract would be to execute primarily sustainability, renovation, and modernization construction and/or design work for the Kansas City District, US Army Corps of Engineers, on Fort Leonard Wood Army Installation in Missouri and within the surrounding area. The scope of services under this contract would also include preconstruction services. Typical work is primarily repair and renovation of existing facilities and systems. Facilities may include industrial, distribution, manufacturing, office, retail, recreational, healthcare, residential, and commercial use. Representative work examples might include general interior finish upgrades and space reconfiguration, electrical service improvements, roofing materials replacement, mechanical systems repair, storm drainage structure repair, plumbing repairs and improvements, etc. Work will also include some construction of new facilities. Representative work examples of new facilities might include construction of a small classroom facility, toilet facilities, shelters, gazebos, etc. As requirements develop, Requests for Proposals (RFPs) for projects will be issued for each Task Order. Task Orders will include primarily Military Construction (MILCON), or Operations and Maintenance (O&M) projects under the Support for Others program, may also be used under this contract. Task Orders will be negotiated to obtain a fair and reasonable price. Delivery Orders will range from $100,000.00 to $5,000,000 during any one year period. The maximum work anticipated in any given year will be $25 million. Contract shall be for one base year with two option years. The total contract capacity will not exceed $49.9 million. The Base SATOC will be competed with the first Task Order listed below. Task Order 1: Building 2107, 2108, 2109 Ventilation System Repair The successful offeror will be required to access and demolish existing fresh air ventilation duct and blower coil units that service the latrines in three buildings. Demolition will also include a portion of the exhaust ductwork, existing fan coil units and associated ductwork, water lines, electrical circuits and controls. The successful offeror will be required to replace single speed fan motors with two speed motors, reinstall the exhaust fans and install all new associated ductwork and components per plans and specifications to be provided. The successful offeror will also be required to repair any walls, ceilings, or other areas disturbed or damaged by accessing the ventilation system. Proposals received in response to the solicitation and will be evaluated in accordance with procedures outlined in FAR Part 15 for a Best Value determination. 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. The estimated magnitude of this construction project is between $250,000 and $500,000. The Solicitation will be available on or about 25 March 2011, and Proposals will be due on or about 25 Apr 2011 (or 30 days from issuance of the solicitation, this is an estimated date only. All information regarding this solicitation will be posted as it becomes available). 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. Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Proteg 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. 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. This project is 100% set aside for Service Disabled Veteran Owned Small Businesses. The NAICS code is 236220. The size standard is $33.5 million. This announcement serves as the advance notice for this project. HOW TO OBTAIN A COPY OF THE SOLICIATION: This solicitation with plans, specifications, and any amendments, will be published in electronic format on FedBizOps https://www.fbo.gov. Vendors must be actively registered in FedBizOPs to obtain a copy of this solicitation. 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 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. ORACA may be accomplished at Http://orca.bpn.gov. POINTS-OF-CONTACT: The point-of-contact for administrative contractual questions is Sue.E.Myers@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ11R4013/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
SN02397965-W 20110312/110310234542-8a22444692de9bb933a522689d438583 (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.