SOLICITATION NOTICE
Y -- The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for design/build Multiple Award Task Order Contracts to Small Business 8(a) and HUBZone firms for construction of military facilities and infrastructure.
- Notice Date
- 8/21/2006
- 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-0050
- Response Due
- 11/30/2006
- Archive Date
- 1/29/2007
- Small Business Set-Aside
- Total Small Business
- Description
- Location: Task Orders issued under these design/build MATOC contracts will be located within the four state region of Kansas, Missouri, Nebraska, and Iowa at any of the projects or military installations served by the Kansas City District Corps of En gineers. The general scope of work includes, but is not limited to: Base Contract: The purpose of this Multiple-Award Task Order Contract (MATOC) is to provide design and construction services for a broad range of military and civil works renovation and construction work, primarily for the Kansas City District, US Army Cor ps of Engineers, within the four state region of Kansas, Missouri, Nebraska and Iowa. As requirement develops, Requests for Proposals (RFPs) for Task Orders will be issued on a competitive or sole source basis, as the Governments option. Task Orders will include primarily Military Construction (MILCON), Operations and Maintenance (O&M), or civil works projects under the Support for Others program, may also be used under this contract. Award of competitive Task Orders will be based on either best value or lowest price, technically acceptable offer. Sole source orders will be negotiated to obtain a fair and reasonable price. Listed below are the first two Task Orders that will be competed under this contract. Task Order 1: he successful offeror will be required to perform design/build construction of a Crash Fire Rescue facility and a Base Operations facility at Fort Riley, Kansas including associated site work and utilities. Task Order 2: the successful offeror will be required to perform design/build construction of a Directorate of Contracting Administrative facility and a Battalion Headquarters facility at Fort Riley, Kansas including associated site work and utilities. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. This solicitation will include a site visit to the sites of Task Orders 1 and 2. Information regarding the site visit will be included with the solicitation. This solicitation will include options for Task Orders 1 and 2. The information regarding the options will be included in the solicitation. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of range $100,000,000.00 - $250,000,000.00. This solicitation will be issued and restricted to Small Business Section 8(a) and Small Business HUBZone only. The Request for Proposals (RFP) which will result in the award of up to four (4) Small Business Section 8(a) design/build Multiple Award Task Or der Contracts and up to four (4) Small Business HUBZone design/build Multiple Award Task Order Contracts (MATOC), but the Government reserve the rights to award fewer. The performance periods for each of the base MATOC contracts are 3 years. The performance period for Task Order 1 will be 510 calendar days from Notice to Proceed (NTP). The performance period for Task Order 2 will be 510 calendar days from Notice to Pro ceed (NTP). The solicitation will be available on or about the week of 23 October 2006, and Proposals will be due on or about 30 November 2006. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for **** Lowest Price, Technically Acceptable Source Selection Process. **** 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. This solicitation will be issued and restricted to Small Business Section 8(a) and Small Business HUBZone only. HOW TO OBTAIN A COPY OF THE SOLICITATION: This solicitation, with plans, specifications, and any amendments, will be published in electronic format on FEDTEDs Internet Web Site only https://www.fedteds.gov/. Vendors must be actively registered in FEDTEDs to obtain a copy of this solication. Ther e will be no printed hard copies or CD-ROM Disks provided by this agency. - - - Note: Plan Rooms, Printing Companies, and various Trade Associations frequently register as Plan Holders for electronic solicitations, and make them available in printed or CD- ROM format for a fee. Potential offerors with limited printing or downloading capabilities should consider these alternatives. 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 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. 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 instructions may be obtained, and online registration may be ac complished, 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 contract resulting from the solicitation. Refer t o 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 Contractor 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 Informati on Center at 1-800-334-3414. ORCA REQUIREMENTS: 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 viewing of many of the representations and certifications requi red 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 biddi ng, 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 visiting the help section of the ORCA website at http:// orc a.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 CERTIFICATIONS : 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 or der 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 Abraham Curry, (816) 389-3579. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is Kelly Ryan, (816) 389-3324.
- 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
- Zip Code: 64106-2896
- Record
- SN01121267-W 20060823/060821221349 (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 |