SOLICITATION NOTICE
Y -- SINGLE AWARD TASK ORDER CONTRACT (SATOC), MCCONNELL AIR FORCE BASE AND WICHITA AREA, KANSAS
- Notice Date
- 7/2/2008
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, 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-08-R-0057
- Response Due
- 8/11/2008
- Archive Date
- 10/10/2008
- Point of Contact
- Vera, 816-389-3840
- Small Business Set-Aside
- Total Small Business
- Description
- This solicitation is small business set aside. The scope of services under this proposed contract includes preconstruction services. Base Contract: The purpose of this Single-Award Task Order Contract (SATOC) is to provide design and construction services for a broad range of military renovation and construction work, primarily for the Kansas City District, US Army Corps of Engineers, within the Wichita Area and McConnell Air Force Base, Kansas. As requirement develops, Requests for Proposals (RFPs) for Task Orders will be issued on a sole source basis. Task Orders will include primarily Military Construction (MILCON), or Operations and Maintenance (O&M) projects under the Support for Others program, may also be used under this contract. Sole source orders will be negotiated to obtain a fair and reasonable price. Listed below are the first Task Order that will be competed under this contract. Task Order 1: The successful offeror will be required to perform design/build construction of a Munitions Delivery Road Project, PN PRQE055505 at McConnell AFB, KS. 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. Information regarding the site visit will be included with the RFP package The general scope of work includes, but is not limited to, performing major renovations. Major work for Task Order 1 shall include, but are not limited to, clearing and grubbing, installation of drainage structures, earthwork, placement of asphalt and concrete pavement with base course, asphalt milling and overlay, traffic signage and markings, and landscaping. The contractor will be competitively chosen using a Best Value Source Selection procedure. For this contract, technical factors, when combined, are more important than cost or price. the estimated magnitude of this construction project is: OVER $10,000,000.00. The estimated performance period for completion of contract is not to exceed 3 year from Notice to Proceed (NTP) of the first task order. The solicitation will be available on or about 10 JULY 2008 and Proposals will be due on or about 11 AUGUST 2008, 4PM. 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. 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. Factors to include and are not limited to: primary factors: project management plan, past performance and corporate experience; secondary factors: participation in subcontracting to Small Business and/or Small Disadvantaged Business. Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Protg Agreements, Small Business Consortiums, 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. New procedures being implemented for U.S. Army Corps of Engineer solicitations will require that all potential offerors to include Prime Contractors, subcontractors, suppliers, plan rooms and printing companies register in CCR and FedTeDS in order to view or download solicitations. This solicitation, with plans, specifications, and any amendments, will be published in electronic format as an Electronic Bid Set (EBS) at the FedTeDS website, http://www.fedteds.gov. You can access the FedTeDS website from FedBizOpps by clicking on the link labeled Technical Data Package, then in the next screen, clicking on the link labeled Available via the FedTeDS website. There will be no printed hard copies or CD-ROM Disks provided by the 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. Interested parties can only access the solicitation, including any amendments, at the FedTeDS website, http://www.fedteds.gov. Vendors must be registered with FedTeDS in order to access solicitations posted there. Before you can register at FedTeDS, you must be registered in CCR (see below). If you need detailed instructions, go to the Kansas City District website at http://www.nwk.usace.army.mil/contract/contract.html and click on the link Registration Instructions. This link will explain the registration process and provide information on how to use the website. For assistance using the FedTeDS website, contact the Ogden Electronic Business Operations Support Team at 1-866-618-5988 (toll free). 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 at the above site 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 http://acquisition.army.mil. The solicitation will be available for download on or about 10 JULY 2008. CCR REQUIREMENTS. All vendors must register in the Central Contractor Registration (CCR) in order to access solicitations or receive a government contract award. To complete the registration, go to the CCR website at http://www.ccr.gov. Vendors can download the CCR Handbook to use as a guide for completing their registration. To download the handbook, click the tab at the top of the screen labeled CCR Handbook. If assistance is needed with CCR registration, contact the CCR Helpdesk at 1-888-227-2423. A paper form for registration may be obtained from the DOD Electronic Commerce Information 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 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 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. The point-of-contact for technical questions is Edgar Ray Edgar.V.Ray@nwk02.usace.army.mil. The point-of-contact for contractual questions is Vera Murray, 816-389-3840, Vera.L.Murray@usace.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dfd7a3306d701583155568c5b011c534&tab=core&_cview=1)
- 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
- Record
- SN01606624-W 20080704/080702222114-dfd7a3306d701583155568c5b011c534 (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 |