Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2006 FBO #1839
SOLICITATION NOTICE

Y -- The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Battle Seminar Facility

Notice Date
12/7/2006
 
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-07-R-0005
 
Response Due
2/20/2007
 
Archive Date
4/21/2007
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a Battle Seminar Facility This facility will be located at Fort Leavenworth, Kansas The general scope of work includes, but is not limited to: Renovate Building 61, Townsend Hall, to provide Battle Command Training Program (BCTP)-Battle Seminar Facility (BSF) capability to conduct dual seminars, conferences, and unit training. The project provides and supports the latest technologies for supporti ng seminars and simulation, technical support facilities, classrooms, conference rooms, video teleconference facilities and secure and non-secure storage. Workspace includes general work and office space for military personnel, civilians and contractors. W ork includes seismic upgrades, repairing and painting interior and exterior surfaces and trim, interior demolition, building information systems, anti-terrorism/ force protection (AT/FP), intrusion detection system (IDS) installation, fire protection and a larm systems, lead paint abatement, asbestos abatement, and an emergency generator with transfer switch. 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. An organized Site visit will be announced at a later date Upon announcement of the organized Site visit attendees should arrive early to allow time to pass through security. You must present a valid drivers license, current vehicle registration and proof of insurance to obtain a vehicle access pass. This solicitation will include options that will be included in the solicitation In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of range $10,000,00.00 - $25,000,000.00 This solicitation will be issues as a Request for Proposals (RFP) which will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 365 (Three Hundred Sixty-Five) calendar days from Notice to Proceed (NTP). The solicitation will be available on or about the week of 22 Jan 2007, and Proposals will be due on or about 20 Feb 2007. 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 **** Best Value 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. With a size standard of $31,000,000.00. 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. FULL AND OPEN THIS SOLICITATION WILL BE UNRESTRICTED - - - Therefore, this project is open to both large and small business, and proposals for all responsible sources will be considered by the agency. If a source is a large business, and the proposal exceeds $500,000.0 0 -$1,000,000.00, that offeror will be required to submit a Small Business Subcontracting Plan with goals based on percentage of total subcontracted dollars. The targeted goal percentages for this project are : Prime Small Business, 44.8% Small Disadvantaged Business, 19.9 % Women-Owned Small Business, 5.4 % HUB Zone Small Business, 9.2 % Service-Disabled Veteran-Owned Small Business, 1.5 % Historically Black Colleges & Universities/Minority Institutions (HBCU/MI) , 13.4 % Subcontr acting 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 % 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://wwwFEDTEDs.Gov. Vendors must be actively registered in FEDTEDs to obtain a copy of this solication. There 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-RO M 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 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 contract resulting from the solicitation. Re fer 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 Contractor Registration Assistance Center. O ther 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 Info rmation 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 Michael Chirpic h, (816) 389-3452 or Christine Hendzlik (816) 389-3269
 
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
SN01192659-W 20061209/061207220923 (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.