Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

Y -- Permanent Party Barracks - Ft. Leonard Wood, MO - Request For Proposal

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer 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-06-R-0041
 
Response Due
7/30/2006
 
Archive Date
9/28/2006
 
Small Business Set-Aside
N/A
 
Description
The United States Army Corps of Engineers intends to award a firm fixed price contract for construction of Permanent Party Barracks at Fort Leonard Wood, Missouri. THIS SOLICITATION WILL BE UNRESTRICTED --PROJECT DESCRIPTION: This project will provi de an unaccompanied enlisted personnel barracks complex for 180 soldiers, based on a townhouse style 1+1 module with private sleeping area and walk-in closets. Shared facilities will include laundry, storage, bathroom and kitchen. Supporting facilities i nclude the extension of and connection to existing base utilities, electric service, security lighting, fire protection, parking, paving, jogging trail, walks, curbs and gutters, access roads, energy management and control system, storm drainage including detention basin, sanitary sewage systems, information systems, signage and site improvements. Heating and cooling will be provided by self-contained systems. The site location, existing utilities, and vicinity roads are shown on the Drawings. Verificati on of existing site conditions, site surveys, geotechnical investigations, and all other information required for design and construction of complete and usable facilities are the express responsibility of the Contractor. The buildings shall be of good con struction as defined in the latest edition of the International Building Code, based on size, height and zone of buildings, etc. No asbestos containing materials shall be used in this Project. DESIGN: The Project shall be designed and constructed in acco rdance with the criteria contained herein and using industry standard materials and efficient practices. The building design and the materials selected shall be high quality, durable and easily maintained. The Contractor shall be responsible for the profes sional quality, technical accuracy and coordination of all designs, drawings, specifications and other documents or publications upon which construction is based. The objective of this Contract is to design and construct the required Facilities using the S ite Plan developed for this area of Fort Leonard Wood. The Contractor shall design and construct the buildings and all site improvements. The buildings shall be designed and built to comply with the total area requirements for each structure. The design of architectural, interior, structural, mechanical, electrical, civil, and other engineering features of the Work shall be accomplished, reviewed and approved by Engineers, Architects, and Interior Designers registered to practice in their respective profess ional field in the State of Missouri. The design and construction of this facility shall conform to the Drawing, Specifications and design requirements issued in this solicitation. The Drawings issued provide details for the proposer to obtain the layout, dimensions and materials to be used in this facility. The contractor shall not assume the provided Drawings and Specifications will alleviate him from doing any design. . Proposals received in response to this solicitation will be evaluated 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. Any changes to evaluation factors will be issued by amendment. The North American Industry Classification System (NAICS) Code for this project is 236220 and with a size standard of 500 employees. THIS SOLICITATION WILL BE UNRESTRICTED - - - Therefore, this project is open to both large and small business, and proposals fo r all responsible sources will be considered by the agency. If a source is a large business, and the proposal exceeds $1 Million, that offeror will be required to submit a Small Business Subcontracting Plan with goals based on percentage of total subcontra cted dollars. The targeted goal percentages for this project are: Small Business, 51.2%, Small Disadvantaged Business, 8.8 %, Women-Owned Small Business, 7.3 %, HUB Zone Small Business, 3.1 %, Service-Disabled Veteran-Owned Small Business, 1.5 %. Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Prot?g? Agreements, Small Business Consor tiums, 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. Interested parties can access the solicitation, inclu ding any amendments, at the FedTeds.gov (www.fedteds.gov ) website - - - Offerors are responsible for checking the Web Site frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally in accessible 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. Firms must also register as Plan Holders via the Internet FedBizOps websit e (http://www.fbo.gov) in order to receive notification via email of any amendments to the solicitation or general announcements. For additional contracting opportunities, visit the Army Single Face to Industry at - - - - - - The solicitation will be avail able for download on or about the week of 30 June 2006 PLEASE NOTE: NEW CCR REQUIREMENTS - - - Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration ins tructions may be obtained, and online registration may be accomplished, at www.ccr.gov by submission of a bid, a bidder acknowledges the requirement to be registered in the CCR database prior to award; during performance; and through final payment of any c ontract resulting from the solicitation. Refer to CCR clause 252.204-7004. PROSPECTIVE CONTRACTORS MUST BE REGISTERED WITH CCR PRIOR TO AWARD OF ANY CONTRACT. The CCR web page address is - www.ccr.gov - or one may telephone 1-800-227-2323 for the Contracto r Registration Assistance Center. Other information regarding registration can be obtained through CCR Assistance Center at 1-888-227-2423 or through the internet at - http://ccr.dlsc.dla.mil/ccr-. A paper form for registration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. There is a new Federal initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and view ing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in Section 00600 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for contract award and prior to bidding, a firm must be registered in the database. Please register Representations and Certifications at - http://orca.bpn.gov - - - Detailed information can be found in cited FAR Case, as well as by v isiting the help section of the ORCA website at http:// orca.bpn.gov . The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. OFFEROR REPRESENTATIONS AND CERTIFICATI ONS - - - Prior to bidding, vendors must complete online Representations and Certifications. To do so requires CCR registration, including an MPIN number. Instructions may be obtained, and required information may be entered, at - - - http://orca.bpn.gov - In order to receive quotations one must register on the Kansas City District web site at - - - http://www.nwk.usace.army.mil/contract/contract.html / POINTS-OF-CONTACT The point-of-contact for administrative or contractual questions is Cheryl Williams. T he point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is Mary Hix, (816) 389-3233.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN01057496-W 20060527/060525221331 (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.