Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
MODIFICATION

Y -- Construction of the Kingsolver/Pierce Elementary School at Ft. Knox, KY

Notice Date
4/11/2013
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-13-R-0033
 
Response Due
4/19/2013
 
Archive Date
6/10/2013
 
Point of Contact
Emily Jenkins, 502-315-6181
 
E-Mail Address
USACE District, Louisville
(emily.h.jenkins@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-13-R-0033 for the Construction of the Kingsolver/Pierce Elementary School at Ft. Knox, KY. This project consists of the construction of a new elementary school, replacing and consolidating two old elementary schools. The single story, high profile structure will comprise of approximately 115,289 square feet. The project will include 21st Century School concepts such as neighborhoods with central hub surrounded by learning studios, large central commons area with performance stage, flex labs, gymnasium, information center, supply areas, specialist rooms, music room, art room, learning impaired room, teacher work rooms, counseling areas, storage, kitchen, cafeteria and administrative offices. Project includes related infrastructure such as parking areas, mechanical rooms, delivery areas, and playgrounds. The project includes site improvements: signage, fencing, paving, landscaping, covered walkways, exterior lighting and utilities. The Contract Duration is six hundred ten (610) calendar days. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be restricted to 8(a) firms located within the geographical area serviced by SBA Region IV (Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee District Offices) and SBA Region V (Illinois, Indiana, Michigan, Minnesota, Ohio and Wisconsin District Offices). SELECTION PROCESS: The proposals will be evaluated using a Best Value source selection process. The selection process will evaluate such factors (not necessarily in order): Prime Contractor Experience, Prime Contractor Past Performance, Management, Safety, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered equal to cost or price. The project will contain the following options: 1) Lightning Protection; 2) Additional Landscaping; 3) Construction of Playgrounds; and 4) Construction of Hard Court Surface. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25M and $100M, in accordance with FARS 36.204. The target ceiling for this contract is approximately $33M. Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 04 March 2013 and awarding the contract on or about 30 May 2013. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Emily Jenkins, at emily.h.jenkins@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-13-R-0033/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN03035028-W 20130413/130411235853-5005fa42975fee8f359aeca7ba9af8b6 (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.