Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
SOLICITATION NOTICE

Z -- IDC Single Award Task Order Contract (SATOC) for Roof Repair/Replacement, Fort Riley, Kansas

Notice Date
7/1/2016
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-16-R-4025
 
Point of Contact
Carmen E. Hopkins, Phone: 8163893264
 
E-Mail Address
carmen.e.hopkins@usace.army.mil
(carmen.e.hopkins@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to re-issue a solicitation for a single Firm Fixed Price Indefinite Delivery Contract for roof repairs/replacements of buildings located at Fort Riley, Kansas, Riley and Geary Counties. The solicitation will be available on or about July 15, 2016 via FEDBIZOPPS website at www.fbo.gov. The result of this solicitation will be an award of a Single Award Task Order Contract (SATOC). The SATOC duration will be a three (3) year base contract. Individual projects will be awarded by task orders. Task Orders will be issued in accordance with DFARS 216.504 at the Governments option. As requirements develop, Request for Proposals (RFP) for projects will be issued or each task order. This three year requirement is not to exceed $9 Million capacity. The general scope of the requirements will be furnishing all plant, labor, equipment, materials, and transportation and performing all required work in accordance with the plans and specifications for replacement and repair of asphalt shingle, built-up asphalt, styrene-butadiene-styrene modified bituminous (mod bit), ethylene-propylene-diene-monomer (EPDM), polyvinyl-chloride (PVC), thermoplastic-polyolefin (TPO), and architectural and structural metal panel roofs. This project is a 100% Total Small Business Set-Aside. The Government will only accept offers from Small Business Concerns. The NAICS code is 238160 (Roofing Contractors), with a small business size standard of $15 Million in average annual receipts. Bid Guarantee will be required with each task order. Payment and Performance bonds will be required for the full amount (100%) of the awarded task order before the Notice to Proceed can be issued. The Government will evaluate the performance capability of offerors in accordance with the criteria described in the solicitation. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Submission Requirements and the Basis for Award. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.2 source selection procedures. 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 and ProjNet at https://www.ProjNet.Org. Downloads are available only through either the FBO and/or ProjNet websites. Any amendments will only be available from either the FBO and/or ProjNet websites. Offerors are responsible for checking both the FBO and ProjNet websites 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. Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must 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 successfully and actively registered in the SAM database, the Government reserves the right to award to the next prospective offeror. The solicitation and associated information will be available from the FedBizOpps website at https://www.fbo.gov. This will normally be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. 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 by email at carmen.e.hopkins@usace.army.mil. Contracting Office Address: US Army Engineer District, Kansas City, ATTN: CECT-NWK-M, Federal Building, RM 647, 60l East 12th Street, Kansas City, MO 64106-2896
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-16-R-4025/listing.html)
 
Place of Performance
Address: Fort Riley, Fort Riley, Kansas, 66442, United States
Zip Code: 66442
 
Record
SN04169494-W 20160703/160701233927-6a2d57af5243e1b8030b8e7a5d729ea3 (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.