Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOLICITATION NOTICE

Y -- Historice Window/Doors Repair/Replace at Fort Riley, KS

Notice Date
11/7/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
W912DQ19R4002
 
Archive Date
11/22/2018
 
Point of Contact
Teresa Cabanting, Phone: 8163892399
 
E-Mail Address
teresa.m.cabanting@usace.army.mil
(teresa.m.cabanting@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a single Firm Fixed Price Indefinite Delivery Contract for Historic Windows/Doors Repair/Replacement at Fort Riley, KS. The solicitation will be available on or about 28 November 2018 via the Federal Business Opportunities (FBO) 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 one year base period with four, 12 month, option periods. Individual projects will be awarded by task orders. Task Order will be issued in accordance with DFARS 216.504 at the Government's option. As requirements develop, Request for Proposals (RFP) for projects will be issued for each task order. The SATOC is not to exceed $15 Million capacity. The general scope of work includes, but is not limited to: 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 the removal, repair, refinishing, re-installation of historic wood windows and doors. Projects will be located at Fort Riley, KS in Riley and Geary Counties. The acquisition is a 100% Small Business Set-Aside under the North American Industry Classification System (NAICS) code 236220, Commercial and Institutional Building Construction. The applicable size standard is $36,500,000.00. 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. 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. Prior to submitting proposals, vendors must be actively registered in the System for Award Management (SAM) system. SAM is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site. NEW!! SAM PROCEDURES SAM NOTARIZED LETTER PROCEDURES: An original, signed, and notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number is now required before a NEW SAM.gov entity registration is activated or an EXISTING entity is updated or renewed. The notarized letters MUST BE POSTAL SERVICE MAILED (not emailed or faxed) to the "FEDERAL SERVICE DESK" and must contain the information outlined in the "instructions for domestic entities" or "instructions for international entities" located at https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update. Templates for appointing an Entity Administrator are included within the respective instructions. The point-of-contact for administrative contractual questions is Teresa Cabanting, at phone: (816)389-2399, or email: teresa.m.cabanting@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ19R4002/listing.html)
 
Place of Performance
Address: Fort Riley, Fort Riley, Kansas, 66442, United States
Zip Code: 66442
 
Record
SN05145813-W 20181109/181107230547-9dcbf599b92a6fa1fef977ce2512bb9e (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.