Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2009 FBO #2775
SOLICITATION NOTICE

Y -- Provide construction work and services for a broad range of civil works construction projects for the Kansas City District, specifically in Missouri, Iowa, Kansas and Nebraska.

Notice Date
6/30/2009
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering 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
W912DQ09R1018
 
Response Due
7/14/2009
 
Archive Date
9/12/2009
 
Point of Contact
Kris Ann Huber, 816-389-3766<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(kris.a.huber@usace.army.mil)
 
Small Business Set-Aside
Partial HUB-Zone
 
Description
This project is 100% set-aside for small business concerns. The Government will award five (5) separate Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts resulting from this solicitation. Priority will be given to those small businesses that are qualified Historically Underutilitized Business Zone (HUBZone) concerns. The U.S. Army Corps of Engineers, Kansas City District, intends to issue a Request for Proposal (RFP) for construction work using a Multiple Award Task Order Contract (MATOC). This Request for Proposal (RFP) will result in five (5) firm-fixed price ID/IQ contracts to the offerors that provide the best value to the Government. Task Orders under the potential contract may utilize American Recovery and Reinvestment Act (ARRA) funding. The purpose of this MATOC is to provide construction work and services for a broad range of civil construction work for the Kansas City District, specifically in Missouri, Iowa, Kansas and Nebraska. The Kansas City District geographic boundaries will be delineated and provided on a map. The total contract duration (consisting of a base period plus four (4) option periods) is sixty (60) consecutive months after the contract award. The duration of each contract period is not to exceed (NTE) 365 days. Any unused capacity in one contract period may be carried over into the subsequent contract period. The total contract amount is not to exceed (NTE) $25,000,000.00. Option Periods will be exercised at the Governments discretion. The Government will obligate to the contractor a guaranteed minimum amount of $10,000.00. The successful offeror will be required to furnish all labor, materials, permits, equipment and services necessary to manage and accomplish the designated deliveries, recommending a solution and remediation of any problems in a timely and efficient manner. The task orders will range from $2,500.00 to $3,000,000.00 per task order and will be for construction projects of varying size and complexity. Task Orders will include multi-disciplinary activities, but not limited to construction, reconstruction, renovation, restoration, incidental or limited design associated with those types of projects, and other presently unforeseeable requirements that may arise, and will include a variety of trades that are required for stream bank and shoreline protection, small ecosystem/habitat restoration, small flood protection, aquatic ecosystem restoration, and various operations and repair projects. The ID/IQ MATOC will not be used for Architectural-Engineering (AE) services; however, design services may be needed for some projects. The North American Classification System (NAICS) Code for this project is 237990 and the associated small business size standard is $33,500,000.00. Task Order 0001: The successful offeror will be required to perform construction for Moon Lake Dam Repair at Fort Riley, Kansas upon award of the Base Contract. 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 site for Task Order 0001. Information regarding the site visit will be included with the RFP package. The solicitation will be available on or about 14 July 2009 and proposals will be due 30 days after the date of solicitation posting. The solicitation including any amendments shall establish the official opening and closing date and time. This solicitation with plans, specifications, and any amendments, will be published in electronic format on FedBizOpps https://www.fbo.gov. 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-ROM format for a fee. Potential offerors with limited printing or downloading capabilities should consider these alternatives. Offerors are responsible for checking the website 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. CCR requirements: Prior to submitting a proposal, offerors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions maybe obtained, and online registration may be accomplished at www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423. By submitting an offer, the offeror 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. Prospective contractors must be registered with CCR prior to award of any contract. ORCA Requirement: There is a new federal initiative called the 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 (FAR) and previously found in Section 00 45 00 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for a contract award and prior to submitting an offer, a firm must be registered in the database. Please register your Representations and Certifications at https://orca.bpn.gov/. Detailed information can be found in cited FAR case, as well as by visiting the help section of the ORCA website. The help section includes background information, frequently asked questions, the ORCA handbook, and a phone number to call for assistance. 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. Points of Contact: The point of contact for all questions/inquiries is Kris Ann Huber and can be reached by phone at (816)389-3766 or by email at kris.a.huber@usace.army.mil. Contracting Office Address: US Army Corps of Engineers, Kansas City District, ATTN: CECT-NWK-C, 757 Federal Building 601 E. 12th Street, Kansas City, MO. 64106-2896 Place of Performance for Task Order 0001: Moon Lake Dam Repair at Fort Riley, Kansas
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ09R1018/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01861959-W 20090702/090701002100-5e841ae5c3118f059100a5dbbb3ebe3c (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.