Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

Z -- JUDGE ADVOCATE GENERAL (JAG) FACILITY REPAIRS, FORT LEAVENWORTH KANSAS

Notice Date
7/22/2011
 
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
W912DQ-11-R-4031
 
Response Due
9/7/2011
 
Archive Date
11/6/2011
 
Point of Contact
Carmen E. Hopkins, 816-389-3264
 
E-Mail Address
USACE District, Kansas City
(carmen.e.hopkins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation on or about August 5, 2011 on the FedBizOpps website at www.fbo.gov. The solicitation will be renovating Buildings 244 and 55 bringing them up to current building code while maintaining the historic nature of the facilities, located at Fort Leavenworth, Kansas. Proposals will be due approximately 30 days later. The general scope of work includes renovating Buildings 244 and 55 to bring them up to current building code while maintaining the historic nature of the facilities. Building 244 is a rectilinear 2-story building with a basement. Building 55 is a T-shaped, 2-story building with a basement. The renovation will be a whole building renovation, upgrading all electrical, mechanical, and architectural and communication systems. The buildings are contributing parts of the National Landmark Historic District at Fort Leavenworth; Secretary of the Interior's Standards for historic renovations will apply. The renovated facilities will provide private and semi-private offices, conference rooms, break rooms, restrooms, waiting and reception spaces, storage space, courtroom, jury room and judge's chambers. Supporting facilities include utilities, site improvements and parking. This acquisition is Unrestricted (Full and Open) competition and will be issued 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 420 calendar days from Notice to Proceed (NTP). The government will accept proposal from all offerors that qualify under NAICS code is 236220. This announcement serves as the advance notice for this project. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $5,000,000 and $10,000,000. 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. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in 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. HOW TO OBTAIN A COPY OF THE SOLICIATION: 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. Central Contractor Registration 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. Prospective contractors must be registered with CCR prior to award of any contract. ORCA Requirement: There is a new federal initiative called the 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 00 45 00 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 the Federal Acquisition Regulation (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 Carmen Hopkins and can be reached by phone at (816)389-3264 or by email at carmen.e.hopkins@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-R-4031/listing.html)
 
Place of Performance
Address: JUDGE ADVOCATE GENERAL (JAG) 415 Custer Ave, Bldg 244 Fort Leavenworth KS
Zip Code: 66027
 
Record
SN02508390-W 20110724/110723013417-0e246cfcbfc21a64acba9a0a06f4185a (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.