SOLICITATION NOTICE
Y -- HISTORICAL RENOVATION OF BUILDING 427, FORT LEAVENWORTH, KANSAS
- Notice Date
- 7/6/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE 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-10-R-4021
- Response Due
- 9/7/2010
- Archive Date
- 11/6/2010
- Point of Contact
- William Bondurant, 816 389 2303
- E-Mail Address
-
USACE District, Kansas City
(william.a.bondurant@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis for Building 427 Renovation Fort Leavenworth, Kansas The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a construction project for The Historical Renovation of Building 427 at Fort Leavenworth, Kansas. The solicitation will be available on or about August 9, 2010 on the FedBizOps website at www.fbo.gov. The Proposals will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The general scope of work includes the performance of entire building renovations to Building 427 in the Riverside area at Fort Leavenworth. The building will be renovated to provide administrative space. The design intent is to upgrade and renovate to current building code while taking into account the historic nature of the building. Building 427 is a 24,942 sf structure with three floors at the front and four floors at the back of the building. All new utility connections to the building will be required. This solicitation will be issued 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 on this project is 730(Seven Hundred Thirty) calendar days from Notice to Proceed (NTP). This solicitation will not include options in the Award. 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 scheduled at a later date. If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable. 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. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) Code for this project is 236220, and the size standard is $33,500,000.00. 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, 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 of the USACE for this project are: Small Business - 70% Small Disadvantaged Business 6.2 % Women-Owned Small Business 7.0 % HUB Zone Small Business 9.8 % Veteran Owned Small Business 3.5% Service-Disabled Veteran-Owned Small Business 2.0 % 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. The solicitation will include a detailed list of evaluation factors, including any sub-factors or elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evaluation factors will be issued by amendment. HOW TO OBTAIN A COPY OF THE SOLICITATION - - - To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO 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. PLEASE NOTE: 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. One can also contact the Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. ORCA REQUIREMENTS: Offerors are required to complete ORCA requirements prior to submitting their proposal. ORCA may be accomplished at http://orca.bpn.gov. POINTS-OF-CONTACT: The point-of-contact for administrative for contractual questions is william.a.bondurant@us.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is mary.lisle@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-R-4021/listing.html)
- Place of Performance
- Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN02196773-W 20100708/100706234417-48a41d761c1ce16ab13e90347050d77e (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 |